SPECIAL NOTICE
R -- This is a DRAFT Solicitation for Law Enforcement Professional Services.
- Notice Date
- 5/21/2012
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB12R0009
- Archive Date
- 8/19/2012
- Point of Contact
- kim mccarthy, 410-278-2873
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(kimberly.a.mccarthy14.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a DRAFT Solicitation. This is for informational purposes only. The release of the finalal solicitation will be synopsized. If you wish to submit questions or comments of a sensitive nature, anonymously, a representative has been designated to be the recipient for such inquiries. She is Kim McCarthy. Her telephone number is 410-278-2873 or email kimberly.a.mccarthy14.civ@mail.mil. Department of the Army (DA) Office of Provost Marshal General (OPMG) United States Army Criminal Investigation Command (USACIDC) has a requirement for Law Enforcement Professional (LEP) services. Experienced former law enforcement personnel with analytical experience/skills and the ability to teach basic and community policing skills, policing standards and tactical Law Enforcement (LE) are needed to embed with U.S. Forces in the Continental United States, Germany, and Afghanistan. The majority of performance occurs in Afghanistan. The LEP personnel must have the knowledge and experience to support counter narcotic, counter insurgency operations, evidence collection and packaging, customs, border operations and the Rule of Law. The LEP personnel will serve as trainers and mentors to U.S. and Coalition Forces who are responsible for building Host Nation Law Enforcement/Security Forces capabilities. The Government intends to award one Cost Plus Fixed Fee contract from this solicitation. The anticipated period of performance is a one year base period with two option years. A 90 day transition period will begin 10 September 2012 with full performance of the contract beginning on 10 December 2012. The contract ceiling (including options) will be $400 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fc58d892038a5cde36682c4af2a7467c)
- Record
- SN02753489-W 20120523/120521235256-fc58d892038a5cde36682c4af2a7467c (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 |