Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

R -- Warsaw Initiative Subject Matter Expert (SME) Support

Notice Date
3/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0O13-09-SS-0001
 
Archive Date
4/21/2009
 
Point of Contact
James E Washington Jr,, Phone: 703-604-6566, Ali Beshir,, Phone: 703-602-1341
 
E-Mail Address
james.washington@dsca.mil, ali.beshir@dsca.mil
 
Small Business Set-Aside
N/A
 
Description
This sources sought is a request for information prior to releasing any resultant solicitation. The information contained in this sources sought notification is based on the best and most current information available to date, is subject to change, and is not binding on the Government. Any significant changes will be provided in subsequent synopsis, if required. The Defense Security Cooperation Agency (DSCA) is seeking Warsaw Initiative Subject Matter Expert (SME) Support. The potential sources (contractors) shall provide off-site support for routine and unforeseen requirements as directed by the assigned tasks. The number of Subject Matter Experts shall be determined by the nature of the tasks in each task order. SMEs will need to be familiar with a broad range of regions and countries across the AFRICOM, PACOM, SOUTHCOM, CENTCOM and EUCOM areas of responsibilities (AOR) to include familiarity with NATO organizations, structures, policies, decision making processes, programs and activities and have a general knowledge of NATO enlargement and partnership processes. The contractor shall develop and maintain a catalog of SMEs in the following areas: The contractor will provide SMEs from the following areas of expertise: (1) Strategic Defense Review, (2) Defense Policy and Strategy, (3) Human Resource Management ( to include professional military education), (4) Democratic Control of the Armed Forces, (5) Logistics and Infrastructure, (6) Stability and Peacekeeping Operations, (7) Emergency Preparedness and Consequence Management, and (8) Border Security and Control. The contractor must be able to provide SMEs according to program requirements. SMEs should possess an ability to communicate orally and in writing, particularly in the preparation of technical documents and briefings. SMEs will have the ability to use with ease common office software including word processors, spreadsheets, presentation and project management software (MS word, MS Excel, MS PowerPoint and MS Project). SMEs should be able to prepare meeting notes and archival documents. They should also account for expenditures made during the performance of travel to and during country surveys/visits. SMEs will be required to travel over the life of the contract and be able to conduct surveys, develop roadmaps of activities, execute technical assistance workshops, and assessments of defense institution building programs. SMEs should be available to work overseas on an as needed basis for periods of one week or more, multiple times per year. The specific work to be performed will be identified by individual Project Descriptions or Project Description amendment for each task undertaken or modified under this contract. The Project Descriptions will be signed by both the contractor and the sponsoring office and then forwarded to the Contracting Officers Representative (COR) for approval. The objectives of the Warsaw Initiative Subject Matter Expert Support requirement are as follows: Performance Objective 1: Provide required SMEs to conduct surveys, bi-lateral exchanges, workshops, briefings, activity coordination, and project planning in countries as identified by OSD Partnership Strategy and DSCA that assess requirements and define the scope of the defense institution program within defined countries. Develop a roadmap of follow-on activities for partner countries to undertake as well as a list of technical assistance programs and activities for the United States government to implement. All required documentation of discussions and findings shall be provided to the Contracting Officer Representative (COR). Performance Standard: The contractor shall provide appropriate SMEs as required for programs in multiple countries across multiple functional areas. The SMEs shall prepare substantive content for DIB programs, conduct country surveys, develop country specific reports, execute seminars and workshops and develop after action reports as required. Performance Measure: The contractor shall ensure assigned projects are executed on time, conform to states US budget requirements and meet or exceed the policy objectives in support of this contract. All reports/documentation shall be provided to the COR at the completion of each assigned task and be complete, accurate and timely. Performance Objective 2: Conduct workshops and seminars and other activities as appropriate in partner countries tailored to country requirements as needed. SMEs will prepare for and present at workshops, seminars and conferences. SMEs will fulfill after action reporting requirements including report event outcomes, assess program effectiveness, record participant feedback and ensure program goals and objects are met. Performance Standard: The contractor shall provide appropriate SMEs as required for programs in multiple countries across multiple functional areas. The SMEs shall prepare substantive content for DIB programs, conduct country surveys, develop country specific reports, execute seminars and workshops and develop after action reports as required. Performance Measure: The contractor shall ensure assigned projects are executed on time, conform to states US budget requirements and meet or exceed the policy objectives in support of this contract. All reports/documentation shall be provided to the COR at the completion of each assigned task and be complete, accurate and timely. Performance Objective 3: SMEs will conduct follow-on assessments in countries where defense institution building programs have been executed to determine if additional programs are needed and provide recommendations. Performance Standard: The contractor shall provide appropriate SMEs as required for programs in multiple countries across multiple functional areas. The SMEs shall prepare substantive content for DIB programs, conduct country surveys, develop country specific reports, execute seminars and workshops and develop after action reports as required. Performance Measure: The contractor shall ensure assigned projects are executed on time, conform to states US budget requirements and meet or exceed the policy objectives in support of this contract. All reports/documentation shall be provided to the COR at the completion of each assigned task and be complete, accurate and timely. Performance Objective 4: SMEs will conduct technical research to support defense institution building programs. SMEs will assist in development of materials for programs and identify and develop program standards and best practices. Performance Standard: The contractor shall be flexible in providing appropriate SMEs as required for programs in multiple countries across multiple functional areas. The SMEs shall prepare substantive content for DIB programs, conduct country surveys, develop country specific reports, execute seminars and workshops and develop after action reports as required. Performance Measure: The contractor shall ensure assigned projects are executed on time, conform to states US budget requirements and meet or exceed the policy objectives in support of this contract. All reports/documentation shall be provided to the COR at the completion of each assigned task and be complete, accurate and timely. Performance Objective 5: SMEs will conduct initial surveys in partner countries as required by OSD/DSCA to assess requirements and define scope of the DIB program. SMEs will subsequently develop a roadmap of follow-on activities for the partner country to undertake as well a list of technical assistance programs and activities for the USG to implement. Performance Standard: The contractor shall be flexible in providing appropriate SMEs as required for programs in multiple countries across multiple functional areas. The SMEs shall prepare substantive content for DIB programs, conduct country surveys, develop country specific reports, execute seminars and workshops and develop after action reports as required. Performance Measure: The contractor shall ensure assigned projects are executed on time, conform to states US budget requirements and meet or exceed the policy objectives in support of this contract. All reports/documentation shall be provided to the COR at the completion of each assigned task and be complete, accurate and timely. If you are interested in competing for this requirement, please indicate your interest by sending an e-mail no later than 6 April 2009 11:00 A.M. EDT to Mr. James Washington, Email: James.Washington@dsca.mil and cc Mr. Ali Beshir, Ali.Beshir@dsca.mil. The e-mail shall contain the following subject line, “Sources Sought, Warsaw Initiative Subject Matter Expert (SME) Support.” Use of any other subject line may delay your entry. All valid e-mail responses from prospective sources must provide the return e-mail address, company name, mailing address, telephone number, facsimile number, and point of contact within the body of their response. In addition, to assist in the acquisition strategy development, please respond to the following questions: 1. Is your business a large business or small business [Small Disadvantaged, Woman-Owned, Service Disabled Veteran Owned, etc. (For the purpose of determining your business size, the North American Industry Classification System (NAICS), 541990 with a size standard of $6.5M average annual receipts over the past three years, will be utilized for this acquisition). 2. Provide a list of customers (Government/non-Government) within the past 5-year highlighting similar work performed. Include contract numbers, contract type, dollar value of each contract, and point of contact (POC)/addresses/and phone numbers and brief description of the work performed. 3. Provide information relative to past performance that demonstrates the ability to provide professional and technical capabilities in support of Warsaw Initiative’s (WIF) mission. 4. Other Pertinent Information: E-mail responses without the aforementioned information will not be recognized as valid. Your response is limited to 10 pages. NO SOLICITATION EXISTS AT THIS TIME. The government reserves the right to conduct oral capabilities demonstrations that will be scheduled at a later date. This is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26a4d826469d6e8d6185dbc1a7d02aba&tab=core&_cview=1)
 
Place of Performance
Address: SMEs will need to be familiar with a broad range of regions and countries across the AFRICOM, PACOM, SOUTHCOM, CENTCOM and EUCOM areas of responsibilities (AOR) to include familiarity with NATO organizations., United States
 
Record
SN01780294-W 20090329/090327220912-26a4d826469d6e8d6185dbc1a7d02aba (fbodaily.com)
 
Source
FedBizOpps 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.