SOURCES SOUGHT
R -- USCENTCOM CounterTerrorism - Force Protection Support
- Notice Date
- 2/12/2007
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-CENTCOM-J2-CT-FP
- Response Due
- 2/21/2007
- Description
- The 6th Contracting Squadron (6 CONS) is seeking sources for the contemplated follow-on contract for CounterTerrorism - Force Protection Support (CT-FP). This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. 6 CONS is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a base year plus a 1-year option period. For the purpose of this RFI the anticipated North American Industry Classification System (NAICS) Code is 541990, All Other Professional, Scientific and Technical Services, and the small business size standard is $6.5M. The CT-FP Program provides production of terrorism warning reports and supporting analysis; conducting intelligence support to counterterrorism (CT) operations; developing detailed analyses and intelligence situational awareness for the United States Central Command Intelligence Directorate (USCENTCOM/CCJ2). USCENTCOM/CCJ2 is required to perform intelligence analysis covering, but not limited to: Afghanistan, Bahrain, Djibouti, Egypt, Eritrea, Ethiopia, Iran, Iraq, Jordan, Kazakhstan, Kenya, Kuwait, Kyrgyzstan, Oman, Pakistan, Qatar, Saudi Arabia, Seychelles, Somalia, Sudan, Tajikistan, Turkmenistan, United Arab Emirates, Uzbekistan, Syria, Lebanon, and Yemen, as well as transnational issues. The Joint Intelligence Center, Central (JICCENT) must produce current and long-term assessment in support of the Commander, USCENTCOM (CDRUSCENTCOM)/Components for theater engagement activities, as well as contingency and deliberate planning. The contractor will support the USCENTCOM/CCJ2 in performing intelligence analysis, and aid in the coordination and planning of intelligence collection operations with other agencies and entities in the Area of Responsibility (AOR). It is anticipated the contractor will be required to provide, but not limited to: (1) USCENTCOM Force Protection Program and the analysis associated with terrorism threat evaluation and warning, (2) Direct Analytical Support to CT Operations, (3) General Terrorism Analytical Support, and (4) Terrorism Database Analytical Support. If your firm has an interest in proposing on the requirements described above, please provide a Capability Statement to Mr. Douglas Willard, douglas.willard@macdill.af.mil, or Mr. Nathan McCoy, nathan.mccoy-03@macdill.af.mil. The Capability Statement should include general information and technical background describing your firm's experiences in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, company size (small, large business); if small, indicate type (8(a), small disadvantaged business, HUBZone, minority-owned, woman-owned, veteran-owned, etc.). 2. Demonstrate ability to support the intelligence activities identified in this announcement for USCENTCOM/CCJ2, MacDill AFB (Tampa FL), as well as each of the countries located in the USCENTCOM Area of Responsibility (AOR). 3. Demonstrate ability to provide employees with required Top Secret security clearances. 4. Demonstrate ability to provide a significant increase or decrease of support (e.g. rapidly identify, equip and employ resources within the USCENTCOM AOR) in the event of an immediate surge or reduction in requirements. 5. If permitted, does your company allow employees to carry firearms when they are providing support in a hostile area? (Yes or No response only) 6. Past/Current Performance Background as it relates to intelligence based analytical and technical support, to include: a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour
- Place of Performance
- Address: MacDill AFB, FL
- Zip Code: 33619
- Country: UNITED STATES
- Zip Code: 33619
- Record
- SN01230576-W 20070214/070212223224 (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 |