SOLICITATION NOTICE
U -- PKSOI-Peacekeeping and Stability Operations Institute DSS Framework Development
- Notice Date
- 1/27/2022 6:34:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- W6QM MICC-CARLISLE BARRACKS CARLISLE BARRACKS PA 17013-5072 USA
- ZIP Code
- 17013-5072
- Solicitation Number
- 0011709265
- Response Due
- 2/22/2022 4:00:00 AM
- Archive Date
- 03/09/2022
- Point of Contact
- Blaine Jackson, Bethany L. Flynn
- E-Mail Address
-
blaine.s.jackson.civ@army.mil, bethany.l.flynn.civ@army.mil
(blaine.s.jackson.civ@army.mil, bethany.l.flynn.civ@army.mil)
- Description
- PERFORMANCE WORK STATEMENT FY22 Peacekeeping and Stability Operations Institute DSS Framework Development C-1.0 SCOPE. The Contractor shall provide non-personal research and analysis support to the US Army Peacekeeping and Stability Operations Institute (PKSOI) to develop a framework for defense support to stabilization (DSS), and associated tasks if required. C-1.1 Background. The US Army Peacekeeping and Stability Operations Institute (PKSOI) was established on 21 August 2003 by the Department of the Army as the successor organization to the US Army Peacekeeping Institute (1993-2003). The PKSOI is located on the second floor of Upton Hall at Carlisle Barracks, home to the US Army War College (USAWC). The PKSOI mission promotes the collaborative development and integration of stabilization and peace operations capabilities across the US government and the international community in order to enable the success of future peace and stability activities. Institute staff members study the strategic and operational implications of stabilization and peace activities; advise senior Army leaders, combatant commanders and their staffs regarding the conduct of Defense Support to Stabilization (DSS), and implementation of the Stability Assistance Review (SAR); understand allied and other nations� military objectives and doctrine; contribute to evolving stability and peace operations concepts and doctrine; educate the next generation of Army strategic leaders on stability and peace operations; and inform commanders regarding stability and peace operations lessons learned. Since 2003, PKSOI has expanded its mission and established relationships with the myriad of civilian agencies, governmental and nongovernmental, international, and allied militaries supporting peace, post-conflict and stability operations. In October 2019, PKSOI was realigned under the US Army Combined Arms Center. PKSOI maintains support to the USAWC curriculum for students, offering assistance on stabilization and peace operations education as part of the core curriculum, teaching electives, and other related educational and leadership development activities. This support will continue as part of the PKSOI mission. In 2014, PKSOI�s mission was significantly expanded due to designation as the Department of Defense (DoD) and Army �Lead� for Joint Peace and Stability Operations. In December 2019, the Secretary of Defense reaffirmed the task to the Joint Proponent of leading the integration of joint lessons learned for stabilization and peace operations. Key tasks for PKSOI include focusing DoD policy and capacity for DSS operations to best develop key strategic and operational lessons learned, case studies, after action reviews, and publication of relevant papers. PKSOI supports the US Government interagency processes for future DSS and SAR implementation. Additionally, PKSOI advises the Joint and Army Staffs on concept and doctrine development and combatant commands on integration and execution of initiatives to assist ongoing missions. C-1.2 Purpose. The purpose of this requirement is to provide PKSOI with expert advice, analyses, research, and writing in support of the Task 1.1.5 of the Implementation Plan for the Irregular Warfare Annex to the National Defense Strategy. Specifically: Within NDS constraints, develop a framework for defense support to stabilization (DSS) in adversarial competition and armed conflict. Among other factors, the concept must address the role for DSS in increasing the resilience of pre-crisis, vulnerable populations, and preventing their exploitation by adversaries and hostile actors, and transitioning to competition in a new reframed security environment. This task will be complete by the end of FY22. The contract provides two Option Years (OY) for FY23 and FY24 to complete Tasks 1.3.4 and 1.3.5. Those tasks are classified at the Secret level, and contractor must have appropriate clearance. Upon award of the contract, and during the base year, PKSOI will discuss proposed work to be performed on those subsequent tasks during the contract�s two OYs. C-2.0 REFERENCES/APPLICABLE DOCUMENTS. Schedule for PKSOI and external conferences, meetings, seminars, working groups, exercises, etc., that may require Contractor participation (to be provided at contract award). Additional applicable references include, but are not limited to: 2018 National Defense Strategy (NDS)�CLASSIFIED 2019 Irregular Warfare (IW) Annex to the NDS�CLASSIFIED 2020 Summary of the IW Annex to the NDS 2020 Implementation Plan to the IW Annex to the NDS�CLASSIFIED Department of Defense Directive 3000.05 Stabilization, December 2018 2018 Stabilization Assistance Review: A Framework for Maximizing the Effectiveness of U.S. Government Efforts to Stabilize Conflict Affected Areas April 2018 Defense Support to Stabilization Office of the Undersecretary of Defense for Policy information paper, dated April 2018 Secretary of Defense Memorandum Subject: Designation of the U.S. Army as the Joint Proponent for Stabilization and Peace Operations, dated 19 Dec 2019 2020 United States Strategy to Prevent Conflict and Promote Stability National Defense Authorization Act for Fiscal Years 2020 and 2021, Section 1210A. Department of Defense support for stabilization activities in national security interest of the United States Some of the aforementioned documents are classified to the Secret NOFORN level and contractor must have appropriate clearance. C-3.0 TASK REQUIREMENTS. The following tasks will be required of the contractor per this Performance Work Statement: C-3.1 Development of one Framework of 20 to 50 pages over a 6 to 9-month period suitable for submission to the Irregular Warfare�Security Force Assistance (IW-SFA) Executive Steering Committee (ESC) / Working Group (WG) NLT September 2022 or IAW the IW-SFA ESC/WG review schedule. If OY 1 and 2 are executed, deliverables for those OY will be articulated IAW the IW Implementation Plan Task 1.3.4 and Task 1.3.5 Plan of Action and Milestones (TBP in FY22). C-3.1.1 Conduct literature review of listed applicable references and additional notes, papers and presentations to be provided by PKSOI to contractor upon award of contract. Participate in Task 1.1.5 WG meetings, and if required, IW Annex Line of Effort (LoE) 1 WG meetings and IW-SFA ESC/WG meetings. Recommend and draft framework for DSS in competition and armed conflict across the range of military operations. Among other factors, the framework must address the role for DSS in increasing the resilience of pre-crisis, vulnerable populations, and preventing their exploitation by adversaries and hostile actors, and transitioning to competition and/or cooperation in a new reframed security environment. The framework will include provisions for accomplishing the policy guidance specified under DoDD 3000.05 and Combatant Command Campaign Plans. C-3.1.2 The contractor will demonstrate meeting these requirements through their ability to locate, analyze and produce relevant approaches for stabilization and Joint/DoD framework development requirements. The contractor will leverage their proven framework development capability and expertise to assist PKSOI in reviewing, analyzing, assessing, and writing drafts that: Relate the strategic contributions of military forces involved in stabilization activities to U.S. success Analyze the military challenges to conducting Whole-of-Government/Nation stabilization in today�s complex environment Articulate OUSD-P current views of essential joint missions and future stabilization efforts in Great Power Competition and Multi-Domain Operations. Enhance operational effectiveness of stabilization activities when integrated with other interagency activities Provide an overview of the DSS Framework that can serve as guidance for applicable law, policy, and doctrine by identifying military problems and proposing innovative and transformative solutions within constraints of the National Defense Strategy C-4.0 DATA CONSIDERATIONS. � C-4.1 Deliverables.� The Contractor shall deliver draft and final deliverables on a schedule provided by the COR. �The contractor will provide at least three iterative written drafts that will be staffed and socialized after completion of each draft. The contractor must ensure: The proposed framework addresses the role for DSS in increasing the resilience of pre-crisis, vulnerable populations, and preventing their exploitation by adversaries and hostile actors, and transitioning to competition in a new reframed security environment. The sponsor develops a workable plan of action and milestones in accordance with the IW Annex I-Plan schedule and the IW-SFA ESC/WG review schedule. First draft will be submitted to the IW I-Plan LoE Task 1.1.5 WG NLT 60 days from award of contract. Second draft for official staffing from OUSD-P to the Joint Force will be submitted to the NLT 120 days from award of contract. Final draft for presentation to the scheduled Dec 2021 IW-SFA-ESC C-4.1.1 Government Review.� The Government will review all deliverables within 10 working days of receipt. Upon review of the draft deliverables, the Government will provide comments/revisions as appropriate. Government review shall not begin until such time that quality deliverables are received in accordance with the final event execution document. During the final review period, if errors are discovered, it shall be the responsibility of the Contractor to correct errors within two working days without additional cost to the Government. C-4.2 Deliverable Medium.� The Contractor shall provide all materials, unless otherwise specified, using MS Office products/applications � e.g. MS Word, MS Publisher, MS Excel, etc. MS Word documents will be prepared and submitted using Arial, font size 12, normal (sentence case) capitalization throughout, and formal grammar writing style. C-4.3 In-Progress Review Meetings.� Technical meetings between the Contractor and PKSOI shall occur informally. Two formal in-progress review meetings may be held during the period of performance. The in-progress review meeting(s) shall be no longer than a total of three hours and shall be held between the Contractor, Project Manager (if required), Government Technical POC, and the Contracting Officer's Representative (COR). If the Project Manager is required to attend, the meeting(s) shall be held via telephone conference call or video teleconference. C-4.4 Project Status Report. A project status report shall be completed the second month of performance, once every month thereafter, and at the end of performance. The report is due on or before the 5th working day of the month. A digital copy of the report shall be provided to the COR. C-5.0 GOVERNMENT RESPONSIBILITIES.� The Government will provide the following Government-Furnished Information (GFI), Government-Furnished Materials (GFM), and Government-Furnished Equipment (GFE). Any additional GFI, GFM, and/or GFE shall be requested through the COR. The Contractor shall be directly responsible and accountable for all Government property in their possession used in the performance of this Contract. All Government property shall be returned, in its original condition, at the end of the contract period of performance. The Contractor shall be required to sign for receipt of Government property. Government mail shall be used for official Government business only. C-5.1 GFI. Requests for additional GFI will be approved by COR.�� � 2019 Peace and Stability Operations Training and Education Workshop workgroup 6 out brief and associated notes � Draft OUSD-P SHA Memorandum, Subject: DSS Implementation Guidance with Proposal Template and Proposal Routing Diagram C-5.2 GFM. The Government will provide normal and reasonable expendable office supplies to complete the task.� C-5.3 GFE. Requests for additional GFE other than specified below will be approved by the COR. C-5.3.1 For conferences and/or meetings at Carlisle, PA. The Government will provide standard office furniture, a computer workstation with internet and intranet access, and phone to complete on-site contract tasks only C-5.3.2 The Government will provide necessary software applications and access to appropriate Government shared drives, portals, websites, web-servers, file servers, database servers as necessary to complete contract requirements.� C-6.0 OTHER CONSIDERATIONS/REQUIREMENTS. C-6.1 Place of Performance. The Contractor shall perform majority of work at contractor provided place of business with ability to collaborate virtually with PKSOI analysts and other key DSS stakeholders via means such as MS Teams A365, DCS, Zoom.gov, or Webex. C-6.2 Period of Performance. The Contractor shall provide services for twelve months from date of the award for the base year, and twelve months for each subsequent OY that is executed. C-6.3 Travel. None. C-6.4 Personnel Qualifications. The Contractor shall be required to possess the following qualifications though qualifications can be met through a team approach. If a team approach is used, Contractor will identify a key person who will be responsible for leading contractor activities supporting Joint operational concepts and PKSOI participation in concept development by other DoD components. C-6.4.1 Minimum of 7 years of stabilization experience required, to include knowledge of stability operations in joint planning processes (Joint Operational Planning Process, Concept Development, and JCIDS) required as demonstrated by previous successful military experience as evidenced by resume. A highly qualified candidate would possess a minimum of 10 years of experience, and an exceptional candidate would possess 15 or more years of experience. C-6.4.2 Minimum of 2 years of experience assigned to, or supporting, the Joint Staff or OSD required, and experience in joint concept development and in stability design, planning and execution with interagency partners, as evidenced through the submission of a resume. A highly qualified candidate would possess a minimum of four (4) years of experience, and an exceptional candidate would possess six (6) or more years of experience. C-6.4.3 Minimum Professional Military Education (PME), or relevant civilian education/experience for former government employees, at the Intermediate Service School (Army Military Education Level 4 or equivalent) level required. A highly qualified candidate would possess experience at the Senior Service School (Army MEL 1 or equivalent, and JPME Level I), and an exceptional candidate would possess experience at the JPME Level II level. C-6.4.4 Bachelor�s degree from an accredited academic institution required in a relevant field (e.g., operations research, defense analysis, military history, or social sciences). A highly qualified candidate would possess a Master�s degree in a relevant field, and an exceptional candidate would possess a Doctorate degree. C-6.4.5 Experienced verbal communication skills required, demonstrated by broad experience in leading facilitated discussions (among stabilization stakeholders regarding operational, strategic, and institutional challenges) and preparing documents/reports for use in joint decision making. Experience will be documented in a resume, and samples of previous briefings and presentations will be requested as needed to verify the quality and content of work. � C-6.4.6 Professional understanding of the Joint Force Development and Design processes and procedures, as outlined in CJCSI 3030.01 dated 3 Dec 2019, and effective staffing efforts required as evidence by previous experience shown on a resume. C-6.4.7 Experienced written communications skills required, demonstrated via past performance as the lead author of Joint Staff operational concepts, directives, and/or analytical reports on the same level as the required prospectus. Experience will be documented in a resume, and samples of previous work required as needed to verify the quality and content of work. C-6.5 Security. The Contractor shall comply with all appropriate Government security directives and regulations when performing work in support of this contract. A minimum SECRET security clearance is required at the individual and the facility level AT AWARD. C-6.5.1 AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable, and annual AT Level I awareness training if they remain over 365 days. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 35 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. C-6.5.2 Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C-6.5.3 For contractors requiring Common Access Card (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. C-6.5.4 Contractor Employees Who Require Access to Government Information Systems.� All contractor employees with access to government information system must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services and must successfully complete the Army IA awareness training prior to access to the information system and then annually thereafter. Additionally personnel must annually sign an acceptable use policy (AUP). The training is available online at https://ia.signal.army.mil/DoDIAA/. Personnel must also meet all personal security requirements IAW AR 25-2. C-6.5.5 For Contracts that Require OPSEC Training.� Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training. C-6.5.6 For Information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter.� C-6.5.7 For Contracts That Require Handling or Access to Classified Information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified �Confidential,� �Secret,� or �Top Secret� and requires contractors to comply with� (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. C-6.5.8 Controlled Unclassified Information (CUI).� Data/information developed for this requirement may be considered ""Controlled Unclassified Information"" (CUI). CUI Materials may be considered to be FOR OFFICIAL USE ONLY (FOUO). Access to the data/information must be controlled. The Contractor is responsible to control access to the Government Furnished Data/Materials and Contractor developed materials. In addition, CUI materials may contain information EXEMPT FROM MANDATORY DISCLOSURE under the Freedom of Information Act (FOIA). Exemption 5 applies. All materials are for Government use only. Information produced under this contract will be withheld from non-Government entities to the extent permitted by law.� C-6.5.9 Threat Awareness Reporting Program.� For all contractors with security clearances.� Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b. �C-6.5.10 Building Access.� Contractor will work from their normal facilities. If on-site work is approved, duty hours at Upton Hall are 0800 to 1700, Monday through Friday. The contractor shall be provided access during the stated duty hours. Access during other than stated duty hours will not be authorized. Unescorted access to restricted areas by the contractor personnel is not authorized. Access to these areas will therefore require prior coordination with the authorized Government representative. C-6.5.11 iWATCH Training. The contractor and all associated subcontractors working within any Carlisle Barracks, facility, or area, will ensure all employees read the statement below on the local iWatch program. This locally developed statement will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training will be completed within 30 calendar days of contract award and within 30 calendar days of new employees' commencing performance, with the results reported to the COR no later than 35 days after contract award. iWatch Training: (Guard Info About Yourself and Your Job. Limit discussion and accessibility of any information (written or verbal) that may provide terrorists insights for targeting. Always use secure means when passing sensitive information, destroy identifiable information. Be aware of your surroundings. Write down license numbers of suspicious vehicles; note description of occupants. Recognize and Report Unusual or Suspicious Behavior to your COR or the Carlisle Barracks police at 717-245-4115. YOU are the first line of defense against terrorism.)� PERIOD OF PERFORMANCE� BASE YEAR� � � �12 JANUARY 2022 THRU 11�JANUARY 2023� OPTION YEAR 1 12 JANUARY 2023�THRU 11 JANUARY 2024� OPTION YEAR 2 12 JANUARY 2024 THRU 11 JANUARY 2025 SEE ATTACHMENTS� *� INSTRUCTIONS FOR BASIS OF AWARD� *� PWS *� CLIN STRUCTURE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/72433d2ffdd94979b303158ff9427b37/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06226377-F 20220129/220127230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |