Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

R -- ISAF COIN Contracting Economic Enterprise Cell - Package #1

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Army, CENTCOM - Joint Theater Support Contracting Command, RCC KABUL, APO AE, Non-U.S., 09356, Afghanistan
 
ZIP Code
00000
 
Solicitation Number
W91B4M-11-R-0030
 
Archive Date
10/13/2011
 
Point of Contact
Chinyelu M. Martin, Phone: 7038524689, Michael J. Demers, Phone: 3182370028
 
E-Mail Address
chinyelu.m.martin@afghan.swa.army.mil, michael.j.demers@afghan.swa.army.mil
(chinyelu.m.martin@afghan.swa.army.mil, michael.j.demers@afghan.swa.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Department of Defense Contract Security Classification Specification (DD Form 254) Attachment: ISAF COIN Contracting Economic Enterprise Cell (W91B4M-11-R-0030) General Information 1.1. Description of services/Introduction : This is a non-personnel services contract, providing support to US military for improving local capacity building and development while maintaining transparency. Such contract service providers shall be accountable to the Headquarters International Security Assistance Force (HQ ISAF CJ4), and U.S. Forces-Afghanistan (USFOR-A) who, in turn is responsible to the Government. 1.2. Background: USFOR-A serves as the command and control headquarters for U.S. forces operating in Afghanistan. USFOR-A mission, in coordination with the Afghan Government and HQ ISAF, is to conduct operations to defeat terrorist networks and insurgents by developing effective governance and building the Afghan National Security Force. Afghanistan is undergoing a transition from authoritarianism to democracy. HQ ISAF CJ4 and USFOR-A will jointly assist Afghanistan achieve economic growth, through the use of an Afghanistan First Policy. The North Atlantic Treaty Organization (NATO) will contribute to the development of the Afghan economy by increasing local procurement of goods and services. Presently, there are challenges associated with obtaining reliable information and access to the local marketplace in Afghanistan. Additionally, there are finite resources with which to develop and build capacity in Afghanistan. By hiring a service contractor who possesses detailed knowledge of the local economy, it is believed that gaps in current efforts will be bridged in order to increase economic development, which will shape the impressions and attitudes of Afghanistan. 1.3. Objectives : The Contractor shall provide a team of highly qualified experts capable of satisfying deliverables and tasks as required. Contractor shall have all personnel on station in Afghanistan and in place performing services as listed per position in Part 4, not later than 75 days after award. 1.4. Scope: U.S. Military lacks key information and the capability to meet the requirements of the Afghan First Policy and the principles set out in COMISAF's Counterinsurgency (COIN) Contracting Guidance. The Contractor will provide USFOR-A and HQ ISAF CJ4 with the support, visibility, and business intelligence necessary to maximize the procurement process and to identify capable and competitive pools of vendors. The contractor shall provide administrative staff support services with expertise in: law, economics, enterprise development, micro-enterprise research and evaluation, mobile financial services, administration, transportation and roads, energy, water and sanitation, regional and urban planning, infrastructure policy, infrastructure regulatory, strategic management, and anti-corruption. The Government requires all work products and activities to be based on thorough research, all applicable laws and regulations, official Government policy guidance, irreproachable ethical behavior, and sound business judgment. Contractor shall use its professional judgment and experience to suggest improved strategies, question non-conforming practices, make recommendations for correction of deficiencies and provide suggestions to their designated work centers. 1.5. Period of Performance: The period of performance for this contract will be for 12 months following the effective date and will include a 75 day mobilization period, if awarded to a non-incumbent contractor. Performance is required to commence 75 days after contract award. The contract includes one option period. The total term of the contract shall not exceed a total of 24 months. The Period of Performance is as follows: Base Year: 30 September 2011 through 29 September 2012 Option Year One: 30 September 2012 through 29 September 2013 The government reserves the right to extend the term of this contract at the prices set forth in accordance with the term and conditions in clause 52.217-9 entitled, "Option to Extend the Term of the Contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0742fc2f2101975f5cef0de306693488)
 
Place of Performance
Address: Place of Performance: The Contractor shall establish its main in-country management office within Kabul, with additional locations throughout Afghanistan., The Contractor shall obtain an office space, equipped to securely store classified material, and supplies. The office will include but not be limited to a telephone, internet access and any other network capability as required for the performance of the work., The work facility/location shall be within the 'Green-Zone', in a secure area. It must be a hardened structure, in which, multiple workstations can be housed. The work facility/location and office equipment must gain Contracting Officer & Contracting Officer Representative approval prior to purchase., Kabul, Non-U.S., 09356, Afghanistan
 
Record
SN02583844-W 20110922/110920235104-0742fc2f2101975f5cef0de306693488 (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.