The qualified Offeror must provide qualified personnel and capability to advise the client on COIN strategy execution effectiveness; identify best and worst practices; provide innovative solutions to adapt and adjust to new strategies or methodologies; and identify, develop, and field-test material or non-material solutions. The contractor shall be prepared to move teams and individuals among the Regional Command (RC) locations and across Afghanistan to provide COIN advisory and assistance support from the strategic to the tactical level. The teams shall consist of advisors and analysts who are able to identify and evaluate the best practices, capture and share lessons learned with the client at the necessary level(s). The contractor shall provide experts in interagency, General Purpose Forces, and Special Operations Forces COIN operations to analyze, develop solutions, and advise the RCs on the integration of varied information sources and the sharing of those sources. The contractor shall develop, design, and field-test material and non-material solutions to address the capability gaps and enhance capabilities real-time and with a forward look. The contractor shall assist the Government in the development of counterinsurgency operational performance and effectiveness metrics and assess COIN implementation plans and operations against those metrics. The contractor shall prepare, document, and present all recommendations and results to the client at the appropriate levels (such as, RC Team Leaders, military leads, project point of contacts, and Director of the CAAT) in support of follow-on training at national training institutions and among ISAF. The contractor shall provide personnel, security, operations, logistics, planning, communications, and resourcing functions that are fully compliant and aligned with ISAF procedures. The contractor personnel shall anticipate working 8 hours a day, seven (7) days a week to meet the CAAT Battle Rhythm, mission requirements, and assignment deadlines.
This requirement will have a projected period of performance of one (1) base year and one (1) twelve (12) month option. Solicitation No. W56SGK-14-R-0001 electronic RFP package is anticipated to be made available to the public as Request for Proposal at FBO web site by or after 20 October 2013. FAXED PROPOSALS WILL NOT BE ACCEPTED NOR E-MAILS. Offerors shall go to FBO web site to download subject RFP package, including any related attachments and/or amendments after 20 October 2013. In case the RFP due date is extended, all interested offeror's shall be responsible to monitor the changes posted at FBO web site, prior the RFP due date. Each offeror shall acknowledge receipt of each amendment, submitting each amendment attention to the Contracting Officer, Regional Contracting Center-Capital (RCC-C) CENTCOM-Joint Theater Support Contracting Command (C-JTSCC) APO, AE 09320, Solicitation number W56SGK-14-R-0001, by the RFP due date. There will be no public bid/offer opening meeting on the solicitation due date. All interested offerors must be registered in the System for Award Management (SAM) database before submitting their offer. Contractors are responsible for the accuracy of information added to SAM. To be registered, go to https://www.sam.gov/. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
All requests for information pertaining to this requirement shall be in writing by any firm or person, including Requestor's signature, Sender address and print name. Anticipated solicitation response date will be 20 November 2013, and anticipated award date is 14 December 2013. POC is 1st Lt Matthew Albers, e-mail: [email protected].