Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
MODIFICATION

B -- Cultural Advisor

Notice Date
11/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, CENTCOM - Joint Theater Support Contracting Command, RCC KANDAHAR, APO AE, Non-U.S., 09355, Afghanistan
 
ZIP Code
00000
 
Solicitation Number
W91B4L-12-T-0021
 
Archive Date
12/21/2011
 
Point of Contact
Jonathan C. Roddy,
 
E-Mail Address
Jonathan.Roddy@afghan.swa.army.mil
(Jonathan.Roddy@afghan.swa.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Solicitation is for a Cultural Advisor in Kandahar Afghanistan. The close date has been extended until December 6, 2011. STATEMENT OF WORK - CULTURAL ADVISOR 1. INTRODUCTION: This Statement of Work (SOW) sets forth the requirements for a Cultural Advisor (CULAD) herein known as the "contractor". Regional Command-South (RC-S) primary responsibility includes conducting population‐centric counterinsurgency operations in order to protect the Afghan people and provide a secure environment for sustainable stability within key districts in Afghanistan. To conduct its mission, the RC‐S Team needs to understand local conditions, history, religion, government, tribal dynamics, and the socio‐cultural context in which operations are being planned and conducted. 2. DESCRIPTION OF SERVICES: 2.1 The contractor has the responsibility of advising and assisting RC-S regarding the impact of local culture on military/civilian operations and vice versa. 2.2 The contractor is needed to provide advice and guidance to RC‐S leadership on issues relating to politics, governance, socio‐economic development, and tribal dynamics in Afghanistan. The contractor shall provide a multidisciplinary approach and analytical depth to current and future RC‐S operations within Afghanistan and offer perspective and input to support their security cooperation, contingency, crisis action, and strategic planning. 2.3 The contractor provides input regarding cultural, religious, linguistic and geopolitical information to the Command Group and to the RC‐S Team regarding national and local affairs. 2.4 The contractor provides cultural awareness, advice, and training to primary staff and all military personnel of the RC‐S Team. 2.5 The contractor reviews Military Information Support Operations (MISO) and Information Operations (IO) products on a weekly basis to ensure an in‐depth understanding of the culture and religion in order to influence the Afghan populace more effectively. 2.6 The contractor advises the RC‐S Team staff concerning effects of Civil Military Operations within the context of Afghan tradition and heritage. 2.7 The contractor facilitates liaison efforts between Islamic Republic of Afghanistan officials and the Command Group. 2.8 The contractor advises the RC-S Team legal staff on Islamic and Afghan customary laws. 2.9 The contractor provides expert opinion on CERP projects related to mosques, religious schools and cultural centers. 2.10 The contractor engages in various working groups such as the Information Effects Working Group, Effects Working Group, Gender Working Group, and Joint Effects Team to provide input related to local customs. 2.11 The contractor provides Pashto to English and English to Pashto translation for senior RC‐S Team staff. 2.12 The contractor will produce products such as short, memo‐style point papers and verbally presented assessments on socio‐economic, political, and cultural problems and emerging opportunities, as well as small studies applying basic social science research methods (interviews, case studies, data analysis, etc). These analyses will be tailored to the needs of tactical and operational level commands. 2.13 The contractor's work will be performed primarily on Kandahar Air Field (KAF) and may include travel in official status to any other areas of Afghanistan or foreign countries to support on‐site courses, meetings, and other mentorship missions of the RC‐S Team. 3. QUALIFICATIONS: 3.1 EDUCATION 3.1.1 The contractor must possess a minimum of a master's degree and the area of studies will preferably be in political science, economics, anthropology or related field from a U.S. regionally or national accredited university or an Afghanistan University. 3.1.2 The contractor shall be computer literate in Microsoft Office Package (Excel, Access, Power point, Outlook and Word). 3.1.3 The contractor will have a thorough knowledge of local Afghan people, to include tribal history, culture and political history. The contractor shall be fluent in reading, writing, speaking and translating Pashto. The contractor must submit documentation with their proposal indicating their ability to read and speak at or above the 3rd level on the Interagency Language Roundtable or equivalent grading scale. 3.2 EXPERIENCE: Minimum of five years of progressively responsible experience in interpreting and translating is required. Experience translating for government officials and military personnel is required. Experience in the following areas is sought: 3.2.1 Training and mentoring of U.S. military and government personnel including Department of Defense (DoD) and Department of State (DoS). 3.2.2 Providing an Afghan context to Civil‐Military operational techniques used by ISAF in counterinsurgency efforts in Afghanistan through an Afghan perspective. 3.2.3 Mentoring MISO and IO Teams to implement a more dynamic and effective strategic communication campaign to influence the Afghan populace. 3.2.4 Support communication between senior military leadership at the CJTF level and government of the Islamic Republic of Afghanistan at the RC level or higher. 3.2.5 Previous experience in this position while deployed in support of OEF. 4. REQUIREMENTS: 4.1 Knowledge/Applicable Documents‐Directives: All work performed by the contractor shall be accomplished in accordance with applicable publications, technical directives, instructions, standards, and procedures contained in pertinent manuals as provided by RC-S through the Project Officer. All applicable technical manuals, forms, publications, bulletins, directives, specifications, standards, and field procedures guides shall be utilized and will be provided. When a publication provided by the government is subsequently revised, supplemented, replaced or rescinded, the contractor, upon notification or receipt of it, shall comply. The contractor shall be required to correct any contractor rework discrepancies noted as authorized by RC‐S Team. 4.2. Performance Summary (Metrics): The contractor will be required to produce all products (which will fluctuate in both format and suspense) necessary to provide the Command Team with the essential analysis and to conduct the necessary coordination necessary to complete their required work. The contractor should be prepared to accomplish this task through all manner of coordinating action, ranging from advising the RC‐S Team command group, conducting necessary coordination within the RC‐S Team staff and synchronizing pertinent activities between military, civilian, U.S. Government and non‐U.S. Government entities. The contractor should also be prepared with the necessary writing and briefing skills to effectively communicate this message. 4.3 Safety: The contractor shall comply with all safety regulatory guidance; the contractor will be responsible for the safety and accountability of all its employees. 4.4 Security: The contractor shall possess a current U.S. SECRET Clearance which is valid throughout the period of the contract. The contractor shall coordinate and ensure the provision of security badges required to allow the contractor access to designated workspaces; the contractor shall comply with all applicable security requirements, abide by direction given by Military Police or other security personnel, and adhere to installation traffic laws. Performance of work will require access to classified information or equipment. DD 254, DoD Contractor Security Classification Specification, is required and will be submitted to CFT Program Office 4.5 Contractor Quality: The contractor shall ensure quality service is maintained throughout the life of the contract, and shall prepare and implement (upon Government acceptance) a Quality Control Plan (QCP). 4.6 Equipment and Facilities: The Government will provide necessary space, all tooling, all support equipment, office space, required office equipment and supplies, and access to telephone/fax machine for official business calls. 4.7 Timeline/Work Schedules: The contractor will be required to work from 0700‐1900 hours daily and additional hours as required. All services shall be made available to RC‐S Team 24 hours a day, 7 days a week if mission requirements dictate. 4.8 Travel: The contractor will be required to travel. Temporary duty will be performed as required by the tasking, only after approval and authorization from the Contracting Officer, in coordination with the Project Officer. Movement by both military air and ground convoy will be authorized. 4.9 Training: The contractor will complete TSIRT (Theater Specific Individual Readiness Training) prior to deployment to Afghanistan. 4.10 Physicals: All Contractors will complete a Physical and Mental health assessment prior to submitting their proposal. Documentation showing completion is required. 4.11 Data Rights: The contractor shall be provided access to information required to accomplish assigned tasks commensurate with security clearance and on a need to know basis. During the contract period, all data pertaining to this contract shall be returned to the Government upon order expiration. The contractor shall not retain classified or unclassified material generated or received under this order after the order ends without approval of the appropriate office of primary responsibility. The Government has unlimited rights to all deliverables developed under this contract. The Government shall retain custody of all records associated with contractor deliverables and shall have exclusive control of all records associated in the distribution of all written deliverables. The contractor shall not use any materials pertaining to this order for business development or any other vendor strategic purposes. 4.12 Housing: Housing accommodations will be commensurate with CJTF‐82 Soldiers housing standards. 4.13 Ownership: All materials provided to the contractor shall remain the property of RC‐S, CJTF‐82 and the Unified Team. Copy, distribution, or retention of those materials is strictly forbidden without the prior authorization of the Contracting Officer Representative(COR). 4.14 Adherence to Compound Policies, Rules and Contract Standards. If a base defense plan is activated while the contractor is on a military installation, the contractor will report to the place identified by military authorities. The contractor shall also respect and abide by all relevant policies and regulations pertaining to the installation. 4.15 Access to U.S. Dining Facilities: Due to the work involved and the fact that the contractor will need to be available to assist in the office during duty hours, the contractor shall be allowed to enter and dine in U.S. Dining Facilities on CSTC‐A installations during their term of employment. 4.16 Communication devices: The contractor is required to maintain a personal cell phone to perform their duties, and shall carry their cell phone at all times, even at the place of duty. The contractor shall be required to possess a cell phone that is capable of making calls and sending text messages throughout the country of Afghanistan, and to maintain an active calling plan. The contractor must pay their own service fees and any other costs associated with their cell phone. 4.17 Personal protective equipment: The contractor is required to possess body armor for their upper body that is capable of stopping 7.62 mm ammunition, safety glasses, and a minimum of a type IIIA ballistic helmet. The contractor shall be responsible for the purchase of their own personal protective equipment. 4.18 Physical Security: The contractor shall be responsible for safeguarding all government property provided for the purpose of accomplishing the tasks assigned. At the close of each work period, government facilities, property, and materials shall be secured in a safe location. 4.19 Government Furnished Equipment: The contractor will be furnished office space, a computer, access to a printer, and necessary training equipment to accomplish the tasks assigned. 5. ANNUAL MANPOWER a. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. **** this Contract line Item Is for Informational Purpose Only, and is not a Separately priced Solicitation line item.****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bde3be169ed15a54130ffae14ec78413)
 
Place of Performance
Address: Kandahar, Afghanistan, Kandahar, Non-U.S., 09355, Afghanistan
 
Record
SN02629701-W 20111201/111129233911-bde3be169ed15a54130ffae14ec78413 (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.