United States - Training Risk Reduction Services (TRRS)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 August 2019
Opportunity publication date
08 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 07, 2019 2:12 am

UNCLASSIFIED
Training Risk Reduction Services (TRRS)
Sources Sought Notice -
Dated 07 Aug 2019

INTRODUCTION
The Regional Contracting Command-Afghanistan is issuing this sources sought synopsis as a means of conducting market research to identify potential parties having an interest in capability and resources to support this requirement for Training Risk Reduction Services (TRRS). This will be a non-personal services contract to provide technology-based risk assessments to reduce the impact of internal and external human-based risk. The intention is to procure these services on a Full and Open Competitive basis. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
PLACE OF PERFORMANCE
Afghanistan: - Kabul (HKIA, OQAB, and RSHQ), Kandahar Air Field, Camp Commando, and Camp Marmal (Mazar-e-Sharif)
DISCLAIMER
"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."
PROGRAM BACKGROUND
The TRRS program is to support Afghanistan National Defense and Security Forces (ANDSF) training through monitoring, identifying, and preventing training AWOLs (Absent without Leave) and insider threats. It supports operations and implementation of technologies to screen Afghan students and detect individuals that pose AWOL, Counterintelligence, and Insider Threat risks. It is intended to support the ANDSF capacity to build training and mentoring efforts in Afghanistan and abroad.
REQUIRED CAPABILITIES
The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the TRRS contract.
TRRS contracted personnel are responsible for the hands-on delivery of the screening questions administered to ANDSF personnel. They will execute a modular interview system and facilitate interviews via Mobile Operations Teams from Afghanistan under austere conditions. This interview system will, in addition and where possible or recommended (e.g. CONUS), leverage a geographically separated Call Center service where interviewees can call to undergo an interview. The initial requirement will provide 4,400 total screenings per year; or more, with option years that will add additional interviews.
All screenings will take place in Afghanistan, primarily at Kabul and Kandahar, and Camp Commando, but the contractor should be mobile to support emergent requirements. Contractor personnel will be deployed in Afghanistan and will maintain readiness to redeploy internally if required to execute bulk testing of previously identified students.
The Contractor personnel will provide dedicated technical service support, mobile interview system components including interview rooms in the form of a moveable Forward Screening Center (FSC), design screening questions, language translation (Dari and Pashto), and provide results within 48-96 hours of processing, dedicated on-site administrators and interview supervisors to set-up and deliver interviews, dedicated mobile screening facilities, such as the FSC referred to above, and interview system, a dedicated static security force, and provide mobile interview system.
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
SPECIAL REQUIREMENTS
U.S. Citizen CRC Requirements: The Contractor is responsible for mobilizing all personnel. For U.S. citizens, mobilization includes travel to the Government approved CONUS Replacement Center (CRC) at Fort Bliss, Texas (https://www.bliss.army.mil/CRC/BCO_ContractorDeployers.html) from an individual's home of record prior to deployment to location of base defined at contract award.
To be eligible and responsive for U.S. Government contracts, in Afghanistan, ALL prime/subcontractors MUST BE registered in the Joint Contingency Contracting System (JCCS) at the time the quote is submitted and APPROVED at time of award. U.S. companies must also be registered and approved in JCCS and System for Award Management (SAM) by the award date. In addition, all subcontractors at all tiers who will be contracted by the prime during the life of the contract shall also be registered and approved in JCCS and SAM (U.S. Vendors Only) by the award date. The contractor is required to submit a listing of all proposed subcontractors, at all tiers, to the contracting officer by the quotation date. If no subcontractors are expected to perform during the life of the contract, the prime must submit a negative response to the contracting officer before the award date. Failure to be registered in JCSS and SAM at the prime and subcontractor levels and failure to inform the contracting officer of the names of all subcontractors (or provide a negative reply) may deem the Quoter as nonresponsive and ineligible for award. A "subcontractor" means any supplier, distributor, vendor, or firm (company) that furnishes supplies or services to or for a prime contractor or for another subcontractor.

Personnel and Facility Security Clearances. The contractor 14 days, from date of award, to provide the Contracting Officer with proof of Secret Clearances and a DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance.
ELIGIBILITY
The applicable NAICS code for this requirement is 541990 - All Other Professional, Scientific, and technical Service with a Small Business Size Standard of $15.0M. The Product Service Code is R499 - Other Professional Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
Interested parties are requested to submit their response and capabilities statement electronically (i.e., e-mail) to the Contract Specialist, Judy Knox, in either Microsoft Word or Portable Document Format (PDF), via email to judy.l.knox.ctr@mail.mil. Responses shall be no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch by Close of Business, Afghanistan time, on 21 Aug 2019.
This documentation must address at a minimum the following items:
1.) What type of work has your company performed in the past in support of the same or similar requirement?
2.) Can or has your company managed a task of this nature? If so, please provide details.
3.) Can or has your company managed a team of subcontractors before? If so, provide details.
4.) What specific technical skills does your company possess which ensure capability to perform the tasks?
5.) Provide a statement including current status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
6.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
The "estimated" period of performance consists of a base year, plus 2 option years, with performance commencing in around Jan 2020, or sooner. Specifics regarding the number of option periods will be provided in the solicitation.
The contract type is anticipated to be Firm Fixed Price.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Opportunity closing date
21 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ECC-AFG (W91B4L) TCC South United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?