Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOLICITATION NOTICE

U -- ANDSF Advisory Program - ANDSF PWS

Notice Date
5/8/2017
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-R-0118
 
Point of Contact
Jason S. Kinnard, Phone: 3097825537, Amanda Struve, Phone: 3097821150
 
E-Mail Address
jason.s.kinnard.civ@mail.mil, amanda.k.struve.civ@mail.mil
(jason.s.kinnard.civ@mail.mil, amanda.k.struve.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
ANDSF PWS Dated 18 Apr 17 SYNOPSIS *** Original notices previously posted under W560MY-16-R-0001, shall now use the new solicitation number of W52P1J-17-R-0118. All future notices for this effort will be published under solicitation number, W52P1J-17-R-0118. *** Army Contracting Command-Rock Island (ACC-RI) intends to issue a full and open, competitive solicitation for the acquisition of the Afghanistan National Defense and Security Forces (ANDSF) Advisory services on or about 24 May, 2017. The Combined Security Transition Command - Afghanistan (CSTC-A) has an ongoing requirement for experienced contractors to train, advise, and mentor the ANDSF and Afghanistan Security Institutions (ASI). ANDSF and ASI encompass the Ministry of Interior (MoI), Afghanistan National Police (ANP) and the Ministry of Defense (MoD), Afghanistan National Army (ANA). The goal is to build the Afghans' organizational capacity and capability at all levels within the ANDSF and ASI so that they may eventually have a self-sustaining national security environment. The work to be performed under this contract will be performed at various locations throughout Afghanistan, including coalition and U.S. bases. ACC-RI intends the contract to be staffed with U.S. Nationals, Local Nationals, and Third Country Nationals. This acquisition will be conducted using competitive negotiation procedures and the Lowest Priced Technically Acceptable (LPTA) process described in FAR 15.101-2. ACC-RI intends to one (1) contract that meet North American Industry Classification System (NAICS) code 611430 (size standard is $11 million). The resultant contract for this solicitation will be a Firm Fixed Price (FFP) contract with non-fee bearing Cost Reimbursable Contract Line Item Numbers (CLINs) for Travel and Other Direct Costs. The Period of Performance (PoP) is anticipated to be a one base year plus four one-year evaluated option periods. The PoP will also include clause 52.217-8, Option to Extend Services. Interested parties must be able to clearly demonstrate the existence of a current U.S. Facility Clearance to the SECRET level in accordance with DODD 5220.22, National Industrial Security Program Operating Manual, at the time of proposal submission. This SECRET level clearance may also apply to affiliates, team members, and subcontractors if they have access to classified information. ACC-RI will NOT assist organizations in obtaining the required Facilities Clearance. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to a specific acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. This synopsis does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result of this notice. All contractors who provide goods/services to the Department of Defense must be registered in System for Award Management (SAM). If you are not registered in SAM, you cannot be awarded a DOD contract. The internet site for registering in SAM is http://www.sam.gov. This solicitation will be issued electronically in accordance with FAR 4.5, 5.102 and 15.201; therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: http://www.FedBizOpps.gov. NOTE: The date offers are due will not be available until the solicitation is issued. ESTIMATED solicitation issue date is 24 May 2017. THIS IS AN ESTIMATED DATE ONLY AND MAY BE SUBJECT TO CHANGE. This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. Therefore, interested parties should periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your bid or proposal unacceptable. ACC-RI is also posting the draft PWS for this action and invites all interested parties to review and provide comments prior to issuance of any formal solicitation but no later than 15 May 2017. The Government may or may not incorporate any information or comment resulting from this request into the final version. The purpose of this request is to: 1. Afford interested parties an opportunity to pre-read the PWS to ensure this project is executed in the most effective manner possible. 2. Allow potential offerors to judge whether or how they can satisfy the Government's requirements, 3. Enhance the Government's ability to obtain quality services at reasonable prices, and 4. Increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. All questions/comments concerning the draft PWS shall be submitted via e-mail to Jason Kinnard at jason.s.kinnard.civ@mail.mil and Amanda Struve at amadna.k.struve.civ@mail.mil by 0800 EST 15 May 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b831e527ba5e06af9b56cca7662ea84c)
 
Place of Performance
Address: Afghanistan, Non-U.S., Afghanistan
 
Record
SN04499868-W 20170510/170508234752-b831e527ba5e06af9b56cca7662ea84c (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.