Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

R -- ICITAP/OPDAT Worldwide Support Services - Draft SOW

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
541199 — All Other Legal Services
 
Contracting Office
Department of Justice, Offices/Boards/Divisions, Procurement Services Staff (PSS), Two Constitution Square, 145 N Street, N.E., Suite 8E.300, Washington, District of Columbia, 20530, United States
 
ZIP Code
20530
 
Solicitation Number
DJJI-17-RFP-1037
 
Point of Contact
Richard S. Frate, Phone: (202) 307-1928
 
E-Mail Address
r.frate@usdoj.gov
(r.frate@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
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) and Office of Overseas Prosecutorial Development Assistance and Training (OPDAT). 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 and OPDAT's operational environment. As component organizations of the Criminal Division of DOJ, ICITAP and OPDAT are engaged in the work of international criminal justice development and reform to develop and administer technical and developmental assistance designed to enhance the capabilities of foreign justice sector institutions. ICITAP and OPDAT maintain headquarters offices in Washington, D.C., but perform the majority of their work in foreign countries. In so doing, ICITAP and OPDAT utilize a combination of federal employees and contractor support (including the support of foreign local labor and third country nationals). ICITAP and OPDAT's programs are authorized and funded through interagency agreements with the U.S. Department of State, the U.S. Agency for International Development, and the Department of Defense. ICITAP and OPDAT work in close partnership with their funders. ICITAP and OPDAT work in over 60 countries worldwide, each requiring a unique approach. 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. The general areas in which ICITAP provides training and technical assistance include both institutional development and law enforcement capacity building. OPDAT works with partner countries to develop and strengthen fair, just, and accountable justice sector institutions, to build strong international partners to combat transnational criminal activities, and to enhance and foster the administration of justice and rule of law consistent with international norms and standards. OPDAT draws on USG and Department of Justice resources and expertise to strengthen foreign criminal justice sector institutions and enhance the administration of justice abroad. OPDAT programs are designed to strengthen the link between security sector assistance and tangible criminal justice sector outcomes. The Government anticipates a base period of twelve months for the resultant contract with four additional option periods of one year each for a total period of performance of sixty (60) 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 $15.0 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 working in foreign countries and ability to work in accordance with local laws, regulations, and customs; (4) vendor's demonstrated experience in supporting training; (5) vendors' demonstrated experience in logistics, especially regarding translation services (translators and equipment), international building leases, local in-country transportation, and domestic and international travel and accommodations; and (6) 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 February 28, 2017, at 1:00 p.m. local time in Washington, DC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJI-17-RFP-1037/listing.html)
 
Record
SN04405439-W 20170218/170216234808-71a194488353955e7b8037a433cd8456 (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  © 1994-2020, Loren Data Corp.