SOURCES SOUGHT
R -- DS/ATA OVERSEAS LOGISTIC SUPPORT SERVICES
- Notice Date
- 3/22/2006
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
- ZIP Code
- 22219
- Solicitation Number
- Reference-Number-06DSATAOLSS
- Response Due
- 3/29/2006
- Archive Date
- 4/13/2006
- Description
- This synopsis is for information and planning purposes only and does not constitute a Request for Proposal. This effort also includes elements of NAICS code 541614. This announcement is part of a market survey to identify vendors interested in meeting Department of State, Bureau of Diplomatic Security, Office of Anti-terrorism Assistance Program requirements for Overseas Logistics Support Services. Varying levels of logistic support required for each country consist of country specific configurations of the following basic components: Site assessment in country Site Specific Management Consulting On-going negotiation with host country authorities Subcontracting for local services Design, construction, renovation, repair of training facilities Training equipment and construction materials procurement Training equipment and construction materials transportation Management of student support Management of physical security Management of personnel Management of life support for all instructors and program personnel on location Transportation of training equipment Continued construction, renovation and repair Procurement and maintenance of vehicles The Government prefers sources that are licensed to do business in Afghanistan, Columbia, Pakistan, Indonesia, Kenya and the Philippines (interested firms who are so licensed, please state in your response). DS/ATA engages allies around the world to help them increase their own capacity to take strong and decisive action against terrorism within their own borders and control. It builds productive relationships with counter terrorism partners by collaborating with them to design and implement training programs for host country law enforcement personnel. The program goals are intended to culminate in host countries' eventual independent management and control of their own programs developed with ATA's assistance. As part of these overseas programs, DS/ATA has an overarching requirement for overseas logistics support services that include 1) site assessment in country in collaboration with ATA and host country officials, real estate interests, and local commercial entities; 2) negotiation of site assessment details and decisions; 3) cost estimating and design of program implementation strategy alternatives in country; 4) project planning for renovation and/or construction of training facilities, 5) project planning for and contracting with local commercial entities for construction of training facility components and long term maintenance of existing facilities; 6) planning, contracting for, and managing long term logistics and security for life support for training instructors and host country trainees; 7) training equipment procurement to support active and future in-country training programs; 8) incidental logistics support such as packing, shipping and transporting program equipment and supplies world wide. For future facilities constructed under this contract, contractor architects, engineers, and construction personnel shall provide the design and construction services based upon requirements developed by DS/ATA personnel. Construction, equipment procurement, logistical and administrative requirements are specific to each country and will be accomplished via task orders. The contractor shall coordinate with DS/ATA to identify said requirements during the development and/or maintenance of the program in any particular country through the iterative use of written Task Orders that will document the government's requirement specifics and the contractor?s agreement to the details for and cost of performance of each Task Order. Each existing and proposed training site varies in occupancy from approximately 50 to 200 occupants at a given time and contains self service laundry, bathing facilities, combined kitchen and dining facilities, recreation rooms, office units, conference rooms, classrooms, warehouse facilities, medical clinics, infirmaries, bunkers, guardhouses, shooting ranges, motor pools, and hazardous material storage. Training facilities and support functions may include, but not be limited to: providing maintenance for all vehicles, buildings, grounds, bunkers, dining facilities, living facilities, recreation facilities, infirmaries, workshops, and other facilities and equipment which might be added. The contractor shall provide the necessary management and support staff personnel to perform the services for the day-to-day operations of the facility on a 24 hour / 7 days per week schedule. This includes, but is not limited to, administrative services, janitorial services, guard services, food preparation and service, landscaping, repairs, target construction, and warehouse facility operations. The contractor shall provide warehouse service operations in each country to include receipt, customs clearance, security, inventory, transportation, packaging and distribution of all equipment to include HAZMAT materials. The contractor shall procure and provide all equipment as necessary to accomplish the program objectives to include, but not limited to armored vehicles, vehicles, medical supplies, ammunition, targets and targeting systems, tools, lighting, electronic parts, refrigerators, and athletic equipment. The contractor shall be required to maintain, additional requirements such as to include three 500 KVA back-up power supply (generators), electrical distribution lines (underground), water distribution lines (underground), water storage facility, septic tank (sewage storage facility/sewage drainage), access roads, and perimeter security walls and set back. On a temporary basis, the contractor may be required to provide CONUS warehouse services to receive and prepare equipment for shipment to the training facility in each country. All locally required permits and construction approvals shall be obtained by the contractor. The Government does not intend to pay for the information solicited and will not recognize any costs associated with submission of the information. Proprietary information is not being solicited. Information considered proprietary, if any, should be identified as such. THIS IS NOT A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEM AND THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION PROVIDED. ALL INTERESTED PARTIES SHALL SUBMIT THE FOLLOWING INFORMATION BY 3:00PM EST. ON MARCH 29, 2006 TO THE OFFICE BELOW: Please submit one copy of a brief capabilities statement (technical) package to include financial capabilities (no more than 50 pages in length, single-spaced, 12 point font minimum). This documentation shall address, as a minimum the following: 1) prior/current corporate experience in performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether the prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to this requirement; 2) Company profile to include number of employees, annual revenue history, office location(s) CAGE Code and DUNS Number and statement of business size status. The technical package as referenced above should be sent by mail or hand delivered to the following address: U.S. DEPARTMENT OF STATE: ATTN: VINCENT J. SANCHEZ; A/LM/AQM/WWD, 2nd FLOOR, SA-6; 1701 NORTH FORT MEYER DRIVE; ARLINGTON, VA 22209 Request for clarifications must be submitted in writing by e-mail to SanchezVJ@state.gov (Phone 703-875-6629) or LoverdeML2@state.gov (Phone 703-875-5113).
- Record
- SN01012202-W 20060324/060322212056 (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 |