Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2005 FBO #1201
SOLICITATION NOTICE

U -- Specialized Training

Notice Date
3/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-05-Q-0105
 
Response Due
3/18/2005
 
Archive Date
4/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the government's solicitation; quotations are hereby being requested. This solicitation is issued as a Request for Quotations (RFQ) and the solicitation number is HHM402-05-Q-0105. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This requirement is restricted to small business participation only. The quotation submission date is 16 March 2005, 12:00 noon EST. Respondents MUST submit a capability statement which addresses the vendor's knowledge and experience related to the required course of instruction. Contract award will be based on best value. The Statement of Work is as follows: The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Price quotations are due NLT 16 March 2005 at 12:00 noon EST. Requests for information regarding this solicitation should be addressed to Mr. Mike Patrom at (202) 231-2159 or at email mike.patrom@dia.mil STATEMENT OF WORK : PURPOSE: To deliver a course teaching military capabilities for Intelligence Community analysts. BACKGROUND: In FY 99, the Defense Intelligence Agency?s Directorate for Analysis and Production instituted a three-week, interactive course designed for intelligence analysts with little or no experience in analyzing the operations and capabilities of foreign military forces. These training events are effectively blended into an understanding of joint operations during classroom instruction delivered by instructors from DIA, CIA, and NIMA. Students are introduced to issues such as manning, equipping, training, and organization of foreign military forces. Students visit the National Ground Intelligence Center at Aberdeen Proving Ground, Maryland. DIA and CIA jointly manage the course, with analysts participating from various Intelligence Community organizations. OBJECTIVE: To deliver three (3) three (3)-week iterations of the Interagency Military Analysis Course. IMAC is focused on two primary objectives: (1) through intense classroom work, briefings at the NGIC facility at Aberdeen Proving Ground, and field experiences at Antietem Battlefield, to gain an analytic understanding of the composition, equipment, organizations, and functions of foreign ground, air, and naval forces; warfighter missions, capabilities, and intelligence needs; and the concepts governing the joint employment and deployment of foreign armed forces; and (2) to create an environment of information sharing, team building, consensus building, and leadership?critical skills to working in an intelligence combat support environment, especially during crisis situations in support of deployed forces. SECURITY REQUIREMENTS: Level six security clearance is required. This course and training will contain information classified up to, and including TS/SCI. DELIVERABLES: The contractor shall plan, organize, and direct three (3) iterations of the IMAC course. In doing so, the contractor shall: a. Execute three (3) three (3)-week long class sessions at several locations in the metropolitan Washington, DC area specified by the Government. The primary course location will be the Sherman Kent School for Intelligence Analysis. b. Prior to each IMAC course iteration at a time specified by the Government, execute a one (1)-day classroom preparation session at a location in the Washington D.C. area specified by the Government. The contractor will cover the course objectives, itinerary, travel and administrative details, required readings, and team assignments. Purpose is to ensure the students are fully prepared to gain maximum benefit from IMAC. c. Prepare and present introductions to each training event composing the IMAC course. Each introduction will specify the learning objective of the training event and expected military intelligence analytic understanding to be derived from each training event. d. Develop each training event that composes the IMAC course. e. Coordinate instruction of individual training events during the IMAC Course by senior DIA military capabilities analysts. f. Compile and submit to DIA POC, within two (2) weeks after the end of each iteration, student-based after-action reports for each training event. The reports should cover, in paragraph format, each student's comprehension of the missions, doctrine, organization, equipment, capabilities, and operational intelligence needs for each Service. DELIVERY SCHEDULE: All work conducted under this Statement of Work will be accomplished between date of contract award and 30 October 2005. Course dates are 18 April ? 6 May 2005, 11- 29 July 2005, and 13 ?30 September 2005. CONTINUITY OF EFFORT: All work conducted will be accomplished in such a manner as to readily allow for continued effort in the future upon request of the Government and subject to availability of funds. GOVERNMENT FURNISHED PROPERTY/EQUIPMENT: The Defense Intelligence Agency will provide access to word processing and graphics equipment and software that meets minimum DOD security requirements for processing and storage of material classified up to and including TS/SCI. The Government will provide use of property and equipment as the Government determines appropriate and necessary to accomplishing the IMAC course. GOVERNMENT FURNISHED DATA: The Government will provide information as deemed necessary for successful completion of tasks assigned under this Statement of Work. INSPECTION AND ACCEPTANCE: Deliveries are to be made to the Contracting Officer's Representative (COR) at the address below: Defense Intelligence Agency Building 6000, Bolling Air Force Base Attention: Mr. Charlie Murphy Washington, D.C. 20340-5100 (202) 231-4211 Following each iteration of the IMAC course, the Government will pay the contractor one-third of the contract value. Total payments shall not exceed full contract value. Should the Government determine that fewer than three (3) iterations of the IMAC course be necessary (for example, an insufficient number of students are enrolled by enrollment deadline), or in the best interests of the Government, the Government will eliminate any iteration of the IMAC course at no expense to the Government. PERSONNEL SKILLS AND EXPERIENCE: Contractor must have extensive active duty U.S. military or U.S. Reserve military experience; extensive experience as an analyst in the Defense Intelligence Agency; full knowledge of U.S. joint military operations, and functions of the individual U.S. military Services including the National Guard and Reserve Forces; and complete understanding of U.S. Intelligence Community military capabilities analysis. Government substantive Point of Contact for this Statement of Work is Mr. Charlie Murphy, Chief, Professional Development Team, Directorate for Analysis, DIA, (202) 231-4211.
 
Place of Performance
Address: Building 6000, Bolling Air Force Base, Washington DC
Zip Code: 20340
Country: USA
 
Record
SN00765839-W 20050311/050309212522 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.