SOURCES SOUGHT
R -- Program Support for ICITAP - Draft SOW
- Notice Date
- 3/26/2010
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W., National Place Building, 10th Floor, Washington, District of Columbia, 20530
- ZIP Code
- 20530
- Solicitation Number
- DJJI-10-RFP-0666
- Point of Contact
- R. Steven Frate, Phone: (202) 307-1928
- E-Mail Address
-
r.frate@usdoj.gov
(r.frate@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work for ICITAP Program Support The United States Department of Justice (DOJ) is developing an acquisition strategy for a worldwide support services contract to support the Criminal Division's International Criminal Investigative Training Assistance Program (ICITAP). Contractor personnel will furnish administrative, logistical, professional, and technical labor, and will provide supplies, equipment, facilities, and materials necessary to perform the required functions consistent with applicable policies, regulations, procedures, business practices, and protocols that define ICITAP's operational environment. As a component organization of the Criminal Division of DOJ, ICITAP is engaged in the work of international criminal justice development and reform. ICITAP maintains headquarters offices in Washington, D.C., but performs the majority of its work in foreign countries. In so doing, ICITAP utilizes a combination of federal employees and contractor support. ICITAP's programs are authorized and funded through interagency agreements with the U.S. Department of State, the U.S. Agency for International Development, the Department of Defense, and the Millennium Challenge Corporation. ICITAP works in close partnership with its funders. ICITAP's mission is to work with foreign governments to develop effective, professional, and transparent law enforcement capacity that protects human rights, combats corruption, and reduces the threat of transnational crime and terrorism, in support of U.S. foreign policy and national security objectives. ICITAP works in about 40 countries worldwide, in three general types of environments, each requiring a unique approach: (1) emerging democracies and developing countries; (2) countries combating terrorism; and (3) countries undergoing stabilization and reconstruction or international peacekeeping (ICITAP has participated in the majority of U.S. and international peacekeeping operations, including those in Bosnia and Herzegovina, East Timor, El Salvador, Guatemala, Haiti, Iraq, Kosovo, and Panama). The general areas in which ICITAP provides training and technical assistance include both institutional development and law enforcement capacity building. The Government anticipates a base period of twelve months for the resultant contract with six additional option periods of one year each for a total period of performance of eighty-four (84) months. An indefinite delivery/indefinite quantity contract is anticipated. The applicable North American Industry Classification Systems (NAICS) code is 541611, Administrative Management and General Management Consulting Services, with a size standard of $5.0 million. This is a market survey for informational purposes only and shall not be construed as a Request for Proposals (RFP). A draft Statement of Work has been included, solely to assist vendors in the preparation of their responses to this market survey. No contract will be awarded based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls or other communications about this announcement will be accepted or acknowledged. All responses must be submitted via e-mail in accordance with the following instructions. Responses to the announcement must provide detailed, yet concise information about the company's qualifications and experience in providing similar services to those described above within the past three (3) years, including to the Federal Government, if applicable. This information should include contract information, including the contract number, the dollar value, period of performance, current status, and current contract point-of-contact information, including the contact's name, address, telephone number, and e-mail address. Interested parties shall provide statements of capability regarding non-personal, professional management services that pertain to the set of performance objectives described herein. Sources of innovative, cost-effective, and fully proven management services are sought, along with descriptions of how, where, and with what success these services have been implemented. The Government will pay particular attention to: 1) vendors' demonstrated ability to manage a worldwide services contract in an efficient and effective manner, including the vendors' management structure and processes, key personnel qualifications, and resources; (2) vendor's demonstrated ability to expeditiously move organizational resources from one region of the world to another; (3) vendor's demonstrated experience in providing training; (4) vendors' demonstrated experience in logistics, especially regarding translation services (interpreters and equipment), local in-country transportation, and domestic and international travel and accommodations; and 5) vendor's demonstrated ability to staff the contract in such a way to ensure satisfactory performance, including vendor's demonstrated ability to recruit and place highly qualified technical advisors and trainers on an as needed basis around the world and to retain an adequate pool of said qualified personnel. In addition, the response, which shall not exceed twenty-five (25) typewritten pages, must denote the firm's business size status (i.e., large, small; 8(a); small disadvantaged; HUBZone; service disabled, veteran owned; etc.). All responses must be submitted electronically to r.frate@usdoj.gov and must be received no later than April 12, 2010, at 3:00 p.m. local time in Washington, DC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJI-10-RFP-0666/listing.html)
- Record
- SN02103830-W 20100328/100326234853-b11342b89d90efebaca50d3840f1066f (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 |