SOURCES SOUGHT
R -- Support to the Afghanistan Sustainable Infrastructure Plan
- Notice Date
- 2/6/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Humphreys Engineer Center Support Activity, US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ-09-Y-0000
- Response Due
- 2/20/2009
- Archive Date
- 4/21/2009
- Point of Contact
- Nancy Hilleary, 703-428-6120<br />
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified Small Business Contractors to include 8(a), HUBZone Certified and Service Disabled Veteran Owned Small Businesses. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541330, Engineering Services. The Small Business Size Standard is $4.5 Million. A response is required from all interested as described in paragraph titled response to sources sought. The U.S. Army Corps of Engineers, Humphreys Engineering Center Support Activity is seeking small business to clearly identify capability, knowledge, and similar work experience to maintain a fixed price contract to provide Support to the Afghanistan Sustainable Infrastructure Plan. The Statement of Work is as follows: 1. Introduction 1.1 Background There is no comprehensive infrastructure plan for Afghanistan that brings together heterogeneous technical information on infrastructure programs incorporating economic/social/political realities and stakeholder needs. Analytical techniques that will allow for efficient allocation of resources for infrastructure projects (over both space and time) in order to greatly enhance the return of investments to Afghan society. The Afghanistan Sustainable Infrastructure Plan (ASIP) will apply a systems approach, providing the Islamic Republic of Afghanistan the capability to plan for and monitor infrastructure efforts in Afghanistan and the region, in support of national strategic objectives. The ASIP methodology shall addresses implications across five areas political, security, rule of law, social well being and economic growth. The contractor will use the Stakeholder Asset-based Planning Environment (SHAPE) methodology for development and analysis. ASIP allows multiple actors to operate from a shared vision of Afghanistans infrastructure environment and coordinate and/or integrate intervention options through a common operational plan. 1.2 Objective The objective of this contract is to access the expertise in bringing together heterogeneous technical information of Afghanistan infrastructure programs to incorporating economic, social, and political realities to meet the stakeholder needs in support of the goals of ASIP. Additionally, the contractor will share the knowledge gained from other on-going efforts to enhance ASIP products. 2. Purpose The purpose of this statement of work is to define the requirements for the tasks, specify the task schedule, and identify interim and final deliverables. 3. Scope of Work The scope of this Statement of Work (SOW) is defined as the work to be performed in Section 4 (Task Definition). While the objective of this task order is clear, events could require a redefinition or redirection of specific efforts. Should a task require modification, CERD shall have the flexibility to address any changes by increasing, decreasing, or freezing the level of effort devoted to any of the taskings. 4. Task Definition 4.1 (Task 1): Ten Functions of the State As documented in the book, Fixing Failed States, ten (10) critical functions should be performed by a State. Contractor shall document the status of these ten functions as they relate to Afghanistan. 4.2 (Task 2): Support/Input for Workshops Contractor shall provide support for two workshops on ASIP. These workshops will be held in Afghanistan. This support will be through active involvement in forums or panels held at the workshop and by providing input into whatever products result. Contractor may be asked to give presentations of their work at the workshops. Contractor will not be responsible for organizing the workshops. 4.3 (Task 3): Critique of Models The focus of the ASIP workshops is to refine a model for a systems engineering approach to infrastructure. Contractor shall review and comment on this model prior to the workshops, and perform another review and critique of the model after the workshops. 4.4 (Task 4): Provide Expertise on the Environment Contractor shall serve as the subject matter expert, providing information and advice on all aspects of Afghanistan. Part of this expert knowledge will be helping to make connections in country and providing a list of points of contact. 4.5 (Task 5): Participate on Steering Group A steering group for this project and related Afghanistan infrastructure efforts will be formed with the Deputy Director for Research and Development at the US Army Corps of Engineers serving as chairperson. Contractor shall serve as a member of this group. 4.6 (Task 6) Analyze SHAPE/ASIP Contractor shall analyze and document the similarities and differences between the SHAPE/ASIP planning methodology and their strategy for State-Building, identifying methodological, process, and terminology components. 4.7 (Task 7) Document Interface Contractor shall analyze and document the interface between the concepts for building state, market and civil society functions and the SHAPE/ASIP strategic planning methodologies. 4.8 (Task 8) Implementation Guidance Using the outcome of the workshops and the products of the ASIP tools developed, Contractor shall develop and integrate implementation guidance based on the ASIP recommendations for Afghanistan. 4.9 (Task 9) Tools for Stability Operations Contractor shall identify tools and capabilities for measuring impact of stability operations and analyze and document the similarities and differences between the MPICE tool and other tools. Contractor shall make recommendations for updating and integrating MPICE into strategic planning tools. 5. Period of Performance The period of performance for Tasks 1, 2, 3, 6, 7 shall be 30 days from award. The period of performance for Task 8 shall be 60 days from award. For Tasks 4, 5, & 9, the period of performance shall not to exceed one year from award. 6. Government Furnished Information/Equipment Government will provide the contractor with the latest version of the systems engineering model to be used in the workshop. 1. SHAPE documentation 2. ASIP Tool documentation 3. Workshop results 4. MPICE documentation 7. Critical Personnel The Contractor shall strive to maintain the same team of managers and scientists throughout the period of performance of this task order. In the proposal, the contractor shall provide the names and resumes (if not already on file with the Government) of all critical management and technical personnel, and identify their functions with respect to the work to be performed. The Contractor shall seek approval from the Government before any change to their task order team is implemented. The Contractor shall not charge professional labor hours to this task order for any other Contractor personnel without prior approval of the Government. 8. Direct Coordination The Contractor shall coordinate directly with the contract manager for this task order for all technical issues and direction. The Government will arrange for the Contractor to meet with other Government organizations as required. 9. Meetings, Reviews, and Status Reports a. A Task Initiation Meeting (kick-off) shall take place at the U. S. Army Corps of Engineers Headquarters, Washington, DC or via phone within ten (10) working days of award of the task order. The purpose of this meeting shall be to ensure that both parties (the Government and the Contractor) are in agreement with the work to be performed (task definition), the time frame in which the work is to be completed (schedule), the requirements for successfully completing the task order (deliverables), and the hand-off of Government Furnished Information (GFI)/Government Furnished Equipment (GFE). This meeting shall serve to reiterate the original SOW and agreed upon Contractor proposal, and is not intended for the assignment of additional requirements. Task priorities will be discussed at this meeting. b. Monthly status reports shall be delivered to the COR/CM by COB of the last day of the month. Reports can be emailed to the COR/CM. 10. Deliverables a. Draft Deliverables - The contractor shall make incremental deliveries of the model critiques and the List of Contacts as they are completed during the period of performance. Delivery of at least one draft iteration of these deliverables is required prior to the final 3 week period of a TO. Ideally, several iterations of draft items will be exchanged as the TO work progresses. Schedules and time frames for Draft Deliverables, Government review and contractor modifications shall be determined during review meetings. Specific Deliverables shall include: 1.A written report on the Ten Functions of the State. 2.A written critique of the systems model prior to the workshop and another after the workshop. 3.A list of Afghanistan contacts, noting their areas of expertise. 4.Final report on SHAPE/State Building Analysis. 5.Final report on the interface between the concepts for building state, market and civil society functions and the SHAPE. 6.Final report on implementation guidance. 7.Final report on recommendations for updating and integrating MPICE into strategic planning tools. b. Final Deliverables - All task order deliverables shall be finished and presented to the Action Officer three weeks prior to the completion of the task order. The Government shall have one week to review and comment on the deliverables and return same to the Contractor. The Government requires the Contractor to have a key individual, intimate with the deliverable, available (on call) for consultation during the review period. The Contractor shall have one week to incorporate the Governments changes and comments. Final versions of deliverables shall be delivered one week in advance of the task order closing date to ensure adequate time for the Contractor to brief findings. The contractor must reserve labor hours to address and correct any Government changes and/or comments to the deliverables. c. The contractor shall submit all final deliverables to the designated Contracting Officer Representative/Contract Monitor at the address show below: U. S. Army Corps of Engineers Research and Development Directorate ATTN: CERD-ZB (Sayers) 441 G Street NW Washington, DC 20314-1000 11. Level of classification All GFI, work, and deliverables associated with this Task Order shall be unclassified. END OF STATEMENT OF WORK. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested Offerors shall respond to this Sources Sought Synopsis no later than 2:00 pm, 20 February 2009. Responses can be submitted via standard mail to US Army Corps of Engineers, Humphreys Engineering Center Support Activity, 7701 Telegraph Road, Alexandria, VA 22315 or e-mail to Nancy.L.Hilleary@usace.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f95ae155ef90a6c9c7b83352dcc8da39&tab=core&_cview=1)
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA<br />
- Zip Code: 22315-3860<br />
- Zip Code: 22315-3860<br />
- Record
- SN01745726-W 20090208/090206215847-f95ae155ef90a6c9c7b83352dcc8da39 (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 |