Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2017 FBO #5567
SOURCES SOUGHT

R -- Advisory and Assistance Services

Notice Date
2/17/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Carson, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, Colorado, 80913-5198, United States
 
ZIP Code
80913-5198
 
Solicitation Number
W91B4N-17-Q-3002
 
Archive Date
3/8/2017
 
Point of Contact
Jae Chang,
 
E-Mail Address
jae.h.chang.mil@mail.mil
(jae.h.chang.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Regional Contracting Center Afghanistan (RCC-A) located at Bagram, Afghanistan plans to issue a Solicitation to provide Advisory and Assistance Services to Support the Resolute Support Combined Joint Staff 7- Training and Exercises (RS CJ7-RS Training). The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Advisory and Assistance Services to Support the Resolute Support Combined Joint Staff 7- Training and Exercises (RS CJ-7 RS Training) RS CJ-7 RS Training is a flexible organization of training specialists that mentor and advise Resolute Support (RS) advisors and aid in the development and in the execution of RS advisors' RSO&I (Receiving, Staging, Onward Movement, and Integration) mission training and additional in-country training. RS CJ7-RS TRAINING personnel will provide training to RS advisors from pre-deployment training to RSO&I and throughout their deployments. This requirement is necessary to support the RS CJ7-RS Training to establish and maintain the capability and means of analysis, advice, and assistance in development and support of critical solutions across the area of operations in Afghanistan. The Contractor shall provide a full range of Advisory and Assistance Services (A&AS) in support of the U. S. Government's mission in Afghanistan. All Contractor personnel must have extensive e x perien c e worki n g on classified networks in classified settings and inte r faci n g with joint milita r y and governmental interagency in deployed environments. All mandatory minimum security clearance levels for all personnel are DoD SECRET. Where minimum education or experience will be specified as a prerequisite, the Government may consider any relevant substitution or combination thereof deemed appropriate. E very staff member shall possess a functional understanding of the regional, political and cultural context of Afghanistan; shall be highly motivated with an elevated level of initiative, tact and diplomacy, capable of superior interpersonal and interactional skills; shall be willing and fully capable of operating in a culturally and religiously diverse environment and be sensitive to the Afghan people with which they work within the performance of this contract. The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month option years. The Period of Performance reads as follows: Base Year 02 June 2017 to 01 June 2018 Option Year I 02 June 2018 to 01 June 2019 Option Year II 02 June 2019 to 01 June 2020 Place of Performance: The work to be performed under this contract will be performed at Resolution Support Headquarters Kabul and Bagram Airfield Afghanistan. The Government intends to award a Firm Fixed Price (FFP) Contract. Please note that this notice does NOT constitute the Request for Quote (RFQ). The solicitation and any/all amendments will be posted and available for viewing and downloading at the Government website http://www.fbo.gov/index. No paper copies will be issued. When the solicitation is posted, it is incumbent upon the interested parties to review the aforementioned site regularly for any updates/amendments to this solicitation. All prospective vendors must have a Commercial and Government Entity Code (CAGE Code) and be registered in the System for Award Management (SAM at www.sam.gov under the proposed NAICS code. The proposed NAICS code (subject to change if determined to be necessary) for this requirement is 541611 - Administrative Management and General Management Consulting Services The proposed Product Service Code (PSC)(subject to change if determined to be necessary is R499: Other Professional Services POC for this notification is SSG Jae H. Chang at jae.h.chang.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/983b998d56b9c1355fa6020436658915)
 
Place of Performance
Address: Afghanistan, APO AC, Non-U.S., United States
 
Record
SN04407852-W 20170219/170217235130-983b998d56b9c1355fa6020436658915 (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.