SOURCES SOUGHT
R -- Contract Working Dogs (CWD) Services for the Combined Joint Operations Area - Afghanistan (CJOA-A)
- Notice Date
- 3/6/2015
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- RFQ959684
- Response Due
- 3/18/2015
- Archive Date
- 5/5/2015
- Point of Contact
- Marie Cramblett, 309-782-1061
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(anna.m.cramblett.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) for the US Army Contracting Command, Rock Island Contracting Center (ACC-RI) for solicitation RFQ959684, which serves as notification to industry of the procurement of Contracted Working Dogs (CWD) Services for the Combined Joint Operations Area - Afghanistan (CJOA-A). ACC-RI is issuing this Sources Sought on behalf of the United States Government. The Contractor shall be prepared to provide trained and certified Patrol Explosives Detector Dog (PEDD) Teams, Patrol Narcotics Detector Dog (PNDD) Teams, and administrative support staff (Kennel Masters and Trainers) to conduct operations in the CJOA-A. The Contract will provide a contracting vehicle to award a Firm Fixed Price contract for various Afghanistan Regions requiring CWD services to support United States Forces Afghanistan (USFOR-A). This contract will provide a qualified contractor with predetermined labor categories which the ACC-RI can utilize for acquisition of CWD services. The anticipated date for contract award is on/about 20 October 2015. The contractor will plan and execute the fielding of CWD teams to contract hubs at Kandahar Air Base and/or Bagram Air Base, Afghanistan, the central points for distribution to various locations throughout the CJOA-A. PNDD and PEDD teams will work at installation Entry Control Points (ECP), Large Vehicle Search Areas, Vehicle Control Points (VCP) and other locations as necessary inside the installation perimeter boundary and out to the limits of the base exclusion zone. The contractor is responsible for management of CWD teams to achieve mission accomplishment. The contractor will interface with Force Protection Officers, NATO Forces, Provost Marshals, Unit Headquarters, Commanders, USFOR-A K-9 Program Manager (PM), and Soldiers, Sailors, Airmen, and Marines. Current need is divided into four (4) Regions. Contractors must adhere to Army Regulations 190-12 Military Working Dogs and 700-81 concerning Certification of Teams, Training, Health, etc. Please refer to AR 190-12 and 700-81 for additional information. If your company is interested in the planned procurement, Inquiries/questions concerning this Sources Sought notice may be emailed to Marie Cramblett at 309-782-1061 or Anna.m.cramblett.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7babc23a6fbece933b23b51b2613f5cd)
- Place of Performance
- Address: Army Contracting Command - Rock Island (ACC-RI) 3055 Rodman Avenue Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN03660685-W 20150308/150306234853-7babc23a6fbece933b23b51b2613f5cd (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 |