SPECIAL NOTICE
R -- Afghanistan Personal Services requirement
- Notice Date
- 7/11/2011
- Notice Type
- Special Notice
- NAICS
- #561320
— Temporary Help Services
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER11R0094
- Archive Date
- 7/10/2012
- Point of Contact
- Ronald Rembold, 540-665-2686
- E-Mail Address
-
USACE Middle East District
(ronald.l.rembold@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A REQUEST FOR INFORMATION - THIS IS *NOT* A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE. This announcement is a Request for Information (RFI) only. The United States Army Corps of Engineers (USACE), Middle District (MED) is seeking preliminary marketing information from capable and reliable sources. MED is contemplating the award of a Single Award Task Order Contract (SATOC), with Firm-Fixed-Price Task Orders. MED is seeking information from vendors with the experience in the areas of recruiting, vetting, hiring, and training a professional labor force, and compliance with labor and safety laws for multiple locations in a contingency or non-permissive environment. Any awarded contractors shall have the means to provide Local Nationals to support the US Army Corps of Engineers (USACE) with its mission at various locations throughout Afghanistan. Respondents should provide a Statement of Capabilities, which should include, as a minimum: (1) identification of in-theater resources available to successfully perform the services as outlined above; (2) a description and/or listing of sources in the past three years in Afghanistan used for recruiting, vetting and hiring a local national labor professional workforce; and (3) if applicable, a list of contracts with current references who can provide past performance information relative to delivery schedule, quality of services provided, etc. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. USACE will use the information for technical and acquisition planning. It is recognized that cost information provided by the contractor is a preliminary estimate for planning purposes; the contractor will not be bound to these estimates. Subsequent acquisitions may follow in a way that best meets USACE needs. The Government invites comments related to possible purchase or acquisition strategies. All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. It is not the intent of USACE to reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. Information submitted to MED in response to this RFI will be treated as strictly proprietary unless otherwise indicated. Information submitted in response to this Request for Information will be used for MED business development activities. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. No solicitation exists; therefore, do not request a copy of the solicitation. Questions may be directed to the contacts listed in the paragraph below. Interested parties shall address the requirements of this RFI in written format as described in the previous paragraphs by electronic mail to: ronald.l.rembold@usace.army.mil or kathy.j.perry@usace.army.mil, no later than 11:00 a.m. Eastern Time on July 27, 2011. Respondents must demonstrate knowledge and expertise providing the services identified above in the Afghanistan Theater of Operations. In addition to the statement of the offeror's capabilities listed above, please provide answers to the following questions. Reference question number with each response as follows: 1. Company name, company mailing address, point of contact, telephone number, facsimile number, e-mail address, Commercial and Government Entity (CAGE) Code, Dun & Bradstreet (DUNS) Number, and size of your organization (i.e. Large Business, Small Business, Non-U.S.-based Business) you are using as the basis for your response. 2. Provide a limited discussion of the company's ability to offer experienced, trained and certified personnel capable of supporting this effort. 3. How many Afghan Local National professionals does your company currently employ or have under subcontract? 4. How long has your company operated in the Afghanistan Theater of Operations? Responses must reference the Sources Sought Notice Number, and contain the respondent's commercial and government entity (CAGE) code, if available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER11R0094/listing.html)
- Record
- SN02495017-W 20110713/110711234801-1b7887720745e52932149a892e92f69c (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 |