Search Contract Opportunities

INL Office of Western Hemisphere Programs (INL/WHP) Multiple-Award IDIQs

ID: 19AQMM18N0040 • Type: Sources Sought

Description

Posted: Nov. 21, 2018, 2:55 p.m. EST
FUNCTIONAL AREA 2 DRAFT RFP - ADDED NOVEMBER 21, 2018 Presoliciation Notice and Draft RFP for Functional Area 2 (IT Services) has been posted to FedBizOpps under notice number 19AQMM18R0250. All further announcements relating to FA2 will be posted under 19AQMM18R0250.
FUNCTIONAL AREA 6 DRAFT RFP - ADDED NOVEMBER 21, 2018 Presoliciation Notice and Draft RFP for Functional Area 6 (Vehicles) has been posted to FedBizOpps under notice number 19AQMM18R0254. All further announcements relating to FA6 will be posted under 19AQMM18R0254.
Posted: Nov. 1, 2018, 4:32 p.m. EDT
Posted: Oct. 12, 2018, 11:09 a.m. EDT
Posted: Aug. 23, 2018, 11:09 a.m. EDT
Posted: April 3, 2018, 8:13 a.m. EDT
Posted: March 16, 2018, 1:10 p.m. EDT
This RFI is issued for market research purposes only. The purpose of this notice is twofold:
1. Identify U.S. small business concerns having an interest in and capability to provide support for INL/WHP programs. Responses to this notice will be considered in selecting the acquisition strategy and to determine the appropriateness of setting aside Functional Areas (FAs) of the IDIQ for any one of the small business programs described in Federal Acquisition Regulation (FAR) Part 19.
2. Obtain industry feedback on the proposed acquisition strategy to include, but not limited to: IDIQ contract ceiling, composition of FAs, proposed number of awards per FA, and existing contract vehicles that the Department may leverage to meet INL/WHP requirements.
All information contained in this notice is preliminary in nature and is subject to change. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB), or a commitment on the part of the government to conduct a solicitation in the future. All information provided is strictly voluntary and no reimbursement will be made by the Government for any costs associated with providing a response to this notice or otherwise participating in market research activities. Further, the US Department of State offers no assurance that a solicitation will result from this notice.
Any information submitted will become the property of the Government and will not be returned. Proprietary information, if any, should be minimized and must be clearly marked.
BACKGROUND

The Bureau of International Narcotics and Law Enforcement Affairs (INL) leads the Department of State's anticrime and counter-narcotics efforts. INL assistance programs help partner nations to build their capacities to extend the reach of justice under the rule of law, including respect for human rights and gender equality, and to deny safe haven to criminals who would otherwise operate with near impunity.
INL delivers technical assistance and capacity to: enhance international drug control through interdiction and supply reduction; develop civilian law enforcement capacity, regional partnerships, and information sharing; and further the administration of justice and corrections under the rule of law with respect for human rights. INL's programs seek to oppose and counter illicit drug production and demand; drug, wildlife and human trafficking; corruption; cybercrime; intellectual property rights (IPR) fraud; transnational organized crime; environmental crime; crimes that threaten civilian security; crimes against women; and activities using the proceeds of crime.

INL's anticrime programs seek to improve and support key components of the criminal justice system such as gendarmerie, police, customs and border officials, investigators, judges, courts, prosecutors, defense attorneys, civil society organizations, and the corrections system. INL also plays a significant role in front line U.S. foreign policy priority countries in transition by assisting in strengthening internal security and governance under the rule of law.

The nimble, fluid nature of international crime needs to be addressed through a variety of tools, both programmatic and diplomatic. Criminal networks are constantly evolving and changing their activities in response to operational threats. New competitors enter the crime market with different ideas and ways of operating as others are arrested, neutralized, or removed. As the law enforcement communities' anti-crime techniques improve, criminals evolve their techniques to make use of new technologies and alter and expand their modes of criminality, especially in the commission of cybercrime, financial crime, and the smuggling of drugs, weapons and humans. Often, a lack of sufficient and appropriate resources, combined with host governments' limited infrastructure and capacity to support and maintain the newest technological advancements and equipment, severely hinder the ability to immediately and effectively counter criminal networks.

The threats and challenges INL faces are often regional, and therefore, the solutions should be regional. Many of the challenges and criminal networks faced by INL and its partners in the Western Hemisphere are interrelated and similar in nature. Additionally, many INL partners in the region share a common language, possess a similar culture, and face similar constraints in meeting the aforementioned challenges. Moreover, historically there has been a high degree of cooperation between INL programs in the region.

In order to meet its objectives, INL/WHP requires flexible and timely acquisition support. This proposed multiple-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract aims to establish a streamlined approach to successfully meeting INL/WHP's acquisition requirements, while maintaining the public's trust and fulfilling public policy objectives.

PROPOSED CONTRACT STRUCTURE

The Department aims to establish approximately three (3) IDIQ contracts per each of the following FAs. The cumulative program ceiling is expected to be approximately $500 million for the 66-month effective period of the contracts (5-year base plus a 6-month option).

FA 1: Training Services
FA 2: IT Services
FA 3: IT and Communications Systems
FA 4: Operations, Logistics, and Facilities Support Services
FA 5: Forensics and Non-Intrusive Inspection Equipment
FA 6: Vehicles
FA 7: Watercraft
The FAs were selected to comply with the requirements of 13 CFR 121.402(c). While we acknowledge certain overlap between the FAs, each order awarded under the IDIQ contracts will be assigned the single NAICS code that best describes the principal purpose of the goods or services to be acquired. This NAICS code selection will determine under which FA the order will be awarded. Only companies awarded an IDIQ contract under that FA will be eligible for award. Companies may participate and be awarded contracts under more than one FA.

Refer to Appendix A for a list of proposed FAs, associated NAICS codes, small business size standards, and examples of task required under each FA.

Companies may be required to provide services in the language of the INL partner nation. Additionally, all products may require local warranty, maintenance, and support. The use of simultaneous translators and/or US-based warranty and technical services may not meet INL/WHP requirements.

While we acknowledge there are multiple companies with generic capabilities under each FA, we are particularly interested in companies having said capabilities and implementation experience in programs similar to INL/WHP programs.
Work under the IDIQs will require performance overseas. Additionally, performance may be required in remote and non-permissive locations. USG logistical and other support will be kept to a minimum.
Given the nature of the required work, the Department reserves the right to require offerors to possess a facility security clearance and its personnel to possess a security clearance (American Citizen and Third Country Nationals) or a Regional Security Office (RSO) background investigation (Local Nationals).
NON-MANUFACTURER RULE (NMR)

For those FAs for which a manufacturing NAICS code has been assigned small business are reminded that, unless the SBA has granted a class waiver of the NMR for the particular product, the company will be required to be either the manufacturer of the products offered or qualify for the procurement as a "nonmanufacturer".

In accordance with FAR 19.102(f), the applicable size standard for a "nonmanufacturer" is 500 employees.

RESPONSE

Prospective offerors interested in responding to this notice should submit information electronically to Weakley-LugoKF@state.gov and FernandezJM@state.gov no later than April 4, 2018 at 10:00 am EST.

The Government will only consider responses submitted in the Appendix B format. Given the interest expected, the required format is required to facilitate with the efficient analysis of responses. Responses providing partial information may not be considered by the Government.

Telephone inquiries will not be accepted nor acknowledged. Questions, if any, must be directed via email to Weakley-LugoKF@state.gov and FernandezJM@state.gov.

Individual feedback or evaluations will be not be provided to companies regarding their submissions.

The Government reverses the right to conduct one-on-one interviews with any of the respondents to this notice. Depending on the number of responses received one-on-one interviews may not be conducted with each respondent.

Overview

Response Deadline
Nov. 21, 2018, 11:00 p.m. EST (original: April 4, 2018, 11:00 a.m. EDT) Past Due
Posted
March 16, 2018, 1:10 p.m. EDT (updated: Nov. 21, 2018, 2:55 p.m. EST)
Set Aside
None
Place of Performance
The principal place of performance for orders to be awarded under the proposed IDIQs will be in the Western Hemisphere (excluding Canada and the United States of America). MEX
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
18%
Vehicle Type
Indefinite Delivery Contract
On 3/16/18 DOS Office of Acquisition Management issued Sources Sought 19AQMM18N0040 for INL Office of Western Hemisphere Programs (INL/WHP) Multiple-Award IDIQs due 11/21/18. The opportunity was issued full & open with NAICS 334111 and PSC 70.
Primary Contact
Name
Katherine W. Lugo   Profile
Phone
None

Secondary Contact

Name
Juan M. Fernandez   Profile
Phone
None

Documents

Posted documents for Sources Sought 19AQMM18N0040

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 19AQMM18N0040

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 19AQMM18N0040

Additional Details

Source Agency Hierarchy
STATE, DEPARTMENT OF > Office of Acquisitions > INL Support
Source Organization Code
7db86b9a2757ebe4025375733a83bb13
Last Updated
Dec. 6, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 6, 2018