Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

R -- Complex Operations Lessons Learned PRISM

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DOI - COR Appraisal Services DirectorateSoutheast Region3190 NE Expressway Suite 220 Atlanta GA 30341
 
ZIP Code
30341
 
Solicitation Number
NBCHQ090828-2
 
Response Due
9/12/2009
 
Archive Date
8/28/2010
 
Point of Contact
Mary E. Watkins Contract Specialilst 5205380452 Mary_E_Watkins@nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number:NBCHQ090828-2 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is NBCHQ090828-2 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-35.The estimated level of effort for this requirement is not expected to exceed 895 hours during the base period of performance, beginning the date of award and for approximately twelve months, with two option years for 895 hours per year. The North American Industry Classification (NAICS) Code is 541990 and the business size standard is $7.0m per annum. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Background Information: The National Defense University (NDU) plays a critical role in developing education programs and curricula to help military and civilian personnel develop effective responses to emerging national security threats, and in conducting research that contributes to policy formulation regarding those emerging threats. The Center for Technology and National Security Policy (CTNSP) supports the NDU mission through research and analysis on future trends in science and technology and their implications for national security policy, military transformation, and defense strategy. The 2009 National Defense Authorization Act authorized the Secretary of Defense to establish, and provides funding for, a Center for Complex Operations (CCO). In January 2009, the CCO relocated to CTNSP and CTNSP became responsible for managing and administering its daily operations. Scope: The CCO was envisioned as an innovative interagency partnership, which will link U.S. Government education and training institutions, including related centers of excellence, lessons learned programs, with other institutions both academic and professional and national and international to foster unity of effort in stability operations, counterinsurgency, and irregular warfare-collectively called "complex operations." As an interim measure pending establishment of a steady-state manning structure, the CCO requires assistance in: analyzing interviews conducted with various complex operations actors to produce white papers on lessons learned; and developing the development of the CCO PRISM Journal by identifying finding relevant authors and developing the development of the CCO PRISM Journal by identifying finding relevant authors and developing insights on journal content with consultation with the Directors, CCO and CTNSP. TECHNICAL SERVICES OR TASKS The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. The position supports the CCO through the collection, analysis and dissemination of US Government interagency lessons learned in stability operations, counterinsurgency and irregular warfare. This task order requires the following professional services: a)The Contractor will support the analysis of over 200 interviews conducted by the United Stated Institute for Peace (USIP) with various personalities in the complex operations field. Interview transcripts will be in a raw format and the Contractor is expected to mine for relevant lessons learned data to produce short complex operations white papers. b)The Contractor will support the development of the CCO PRISM quarterly journal through personal contacts with senior personnel in the interagency and related institutions both academic and international with the intent of discovering relevant authors for articles in the complex operations field. Additionally the Contractor will, in close consultation with the CCO and CTNSP Directors, offer insight and advice on what trajectory the PRISM journal will take. The contractor shall provide program and project management services as directed for all tasks funded. The contractor shall conduct regular meetings with Government and other appropriate representatives to review progress, problems encountered, completed tasks, in-process tasks, upcoming tasks, review of management metrics, review of program budgets, status of deliverables, status of project timelines, and staffing plans. Technical factors when combined are significantly more important than cost. DELIVERABLES/DELIVERABLE SCHEDULE In fulfillment of this effort, the Contractor shall provide the following deliverables. All deliverables shall be delivered or submitted to the National Defense University, unless otherwise agreed upon. Unless otherwise specified, the Government will have a maximum of fifteen (15) working days from the day the draft deliverable is received to review the document, provide comments back to the contractor, approve or disapprove the deliverable(s). The contractor will have a maximum of five (5) working days from the day comments are received to incorporate all changes and submit the final deliverable to the Government. All days identified below are intended to be workdays unless otherwise specified. a)Contractor shall produce 3 lessons learned white papers based on data mining of interviews conducted by USIP. Each paper is to be 15-25 pages in length and of publishable quality, for dissemination to the wider DoD and interagency community. b) Contractor shall meet with the CCO and CTNSP Directors bi-weekly to discuss and provide updates on PRISM authors contacted and/or confirmed. Discussions will also entail general administrative and future initiatives for the journal. Teleconference meetings are expected to be frequent and at the prerogative of the Program Manager. c)Monthly Status Report Reporting requirements for the monthly status reports will be outlined at the initial kick-off meeting. It is expected that these will include, but not be limited to Program status, to include: "Objectives met "Work completed and work outstanding "Notable achievements "Issues or obstacles impeding progress and recommended solutions "Status of deliverables The COTR shall receive the Monthly Status Reports. d)Monthly Financial Report Reporting requirements for the financial reports will be outlined and submitted to COTR. It is expected that these will include: "Actual hours expended for the reporting period by unit including breakdown by labor category and name "Actual costs to date and for the reporting period (based on actual hours) The COTR shall receive the Monthly Financial Reports.Deliverable Table The table below delineates the deliverables and their respective due dates required during the performance of this task. Deliverable DescriptionDue Date13 Lessons Learned white papersAs required by Program Manager2Status meetingsBi-weekly3Monthly Status Report1st Business Day of the Month4Monthly Financial Report1st Business Day of the Month5On-Demand Activities Update (verbally)As required by COTR GOVERNMENT FURNISHED PROPERTY (GFP) GFP such as office space and computer equipment will be supplied in support of work performed at the National Defense University. PLACE(S) OF PERFORMANCE Services may be provided off-site, on-site, or a combination of, depending on program requirements. However, the majority of the work will be performed at the National Defense University. Type of Contract: Firm Fixed Price. Cost Per Labor Hour - Base Year Cost Per Labor Hour - Option Year 1 Cost Per Labor Hour - Option Year 2 Contractor shall invoice monthly. PERIOD OF PERFORMANCE The period of performance for this task order will be for twelve months with 895 billable labor hours from date of award, with 2 option years with 895 billable labor hours per each year. TRAVEL 3 CONUS trips will be required during the base year of this contract. 4. EVALUATION FACTORS FOR AWARD a) More than 8 years experience working in senior supervisory positions in an interagency environment preferred. b)Contractors with 5 years combined experience with complex operations and conflict resolution through work in the public/NGO, private or political-military sectors preferred. c) 3 years or more experience working overseas on national security issues highly desired. d)A Master's degree is desired with a focus on national security, conflict resolution, and stability operations or similar. e)Contractors with publications in the realm of international relations, complex operations/conflict resolution preferred. f) Contractors with 5 years experience working in an interagency academic environment on subjects related to national security, political-military affairs, counterterrorism and counterinsurgency preferred. g) Demonstrated experience in supervising the production of seminars, workshops and other similar outreach-type activities involving complex operations highly desired. Relative Importance of Evaluation Factors. Technical factors when combined are significantly more important than price. Performance Period: Base period will be twelve months from date of award with two option years. The Offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), the Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The Offeror must include in their quotation the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested parties capable of furnishing the Government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis or by September 12, 2009 at 4:00 p.m., Eastern Standard Time. The quotation must reference Solicitation number NBCHQ090828-2. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to Mary Watkins by email at mary_e_watkins@nbc.gov. NO PHONE CALLS OR FAXES. Contracting Office Address: DOI/NBCAcquisition Services DirectorateSierra Vista BranchPO Box 12924Fort Huachuca, AZ 85670-2924 Place of Performance: National Defense UniversityWashington DC 20319Primary Point of Contact.: Mary Watkinsmary_e_watkins@nbc.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b79dd92105827d00e4d91414865c1582)
 
Place of Performance
Address: National Defense University
Zip Code: 203195066
 
Record
SN01931444-W 20090830/090829002429-b79dd92105827d00e4d91414865c1582 (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.