Guantanamo (GTMO) Detention Operations & Office of Military Commissions Support (OMC)
ID: W91QEX24Q0005Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTDORAL, FL, 33172-1202, USA

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Dec 12, 2023 4:40 PM
  2. 2
    Updated Dec 12, 2023 4:40 PM
  3. 3
    Due Dec 13, 2023 3:00 PM
Description

Special Notice: DEPT OF DEFENSE, DEPT OF THE ARMY is procuring Guantanamo (GTMO) Detention Operations & Office of Military Commissions Support (OMC). This service is typically used for providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform GTMO Detention Operations and Office of Military Commissions (OMC) Support. The service includes support to Detention Operations Plan Intelligence and Operations Report, Freedom of Information Act Administration Support, Operations Administrative Support, Consultation and Leadership Support to the Office of Military Commissions (OMC), and OMC Logistics Support. The place of performance is in Doral, FL, USA. For more information, contact Dyan E. Jackson at dyan.e.jackson.civ@mail.mil or 3054372661.

Files
No associated files provided.
Lifecycle
Similar Opportunities
GTMO- Security Operations Support (SOS)- 2
Active
Dept Of Defense
The Department of Defense requires recurring security operations support at a facility in Cuba, specifically involving personnel, information, and physical security. The focus is on managing security systems and equipment and ensuring compliance with regulations. The key tasks outlined in the Performance Work Statement (PWS) encompass the operational support of security equipment, including automated systems for intrusion detection, access control, closed-circuit television, biometrics, and related technologies. The contractor will be responsible for maintaining and monitoring these systems around the clock, ensuring they function effectively. To be eligible for this total small business set-aside, bidders should possess expertise in security operations and be able to demonstrate a strong track record in managing sophisticated security systems. Experience in the installation, integration, and maintenance of physical security equipment is essential, with particular emphasis on the operation of the mentioned security subsystems. The contract, valued at an estimated $6 million to $8 million, will be awarded based on the most favorable combination of price and other factors, with technical capability and past performance being significant evaluation criteria. The government prefers a fixed-price contract for this requirement. Bidders should submit their applications by the deadline, ensuring they adhere to the specified format and include all required documentation. For clarity, interested parties should direct inquiries to the primary point of contact, Tonya Johnson, whose email address is provided as tonya.k.johnson11.civ@mail.mil, or call 305-437-1993 for further information. This federal contract opportunity, GTMO-Security Operations Support (SOS)-2, represents an important role in maintaining security infrastructure and the government is seeking experienced contractors to ensure the highest level of security measures are in place.
Synopsis Naval Station Guantanamo Bay, Cuba Distributed Warehouse and Logistics
Active
Dept Of Defense
The U.S. Navy seeks experienced vendors for distributed warehouse and logistics support at Naval Station Guantanamo Bay, Cuba. The service requirement involves providing vital material and food provisions to multiple customers, including the Naval Supply Systems Command Warehouse, Naval Hospital Warehouse, Joint Task Force Warehouse, and the U.S. Coast Guard. The contract, expected to be released around August 26, 2024, will have a base performance period through the end of 2025, with four additional one-year options. It carries a PSC code of S215 and a NAICS code of 493110, indicating a focus on warehousing and storage services. Registration on the SAM website is mandatory to access the solicitation and its updates. The successful vendor will play a crucial role in supporting military operations by ensuring the efficient distribution of supplies and provisions. This role requires a service-disabled veteran-owned small business (SDVOSB) set-aside, emphasizing the Navy's commitment to supporting veteran-led companies. Prospective vendors should carefully review the upcoming solicitation, which will outline preparation instructions, evaluation criteria, and the performance work statement. The Navy encourages vendors to frequently check the SAM website for the RFQ and any subsequent amendments. Email is the preferred method of communication for clarification requests. With a size standard of $34 million, the contract holds significant value for the selected vendor, who will be responsible for providing critical support to the U.S. military's presence in Cuba. The Navy's choice will be based on the evaluation criteria outlined in the solicitation. Vendors must ensure their applications meet all qualifications and submit them before the deadline to be considered. For any questions or further information, interested parties should contact Joseph Tolbert and Rolondo Turner via email. Their respective email addresses are provided in the opportunity overview.
M--Operation of Government-Owned Facilities
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services for Joint Region Marianas (JRM), Guam. Guam plays a key role in providing logistic and mission support to the operating forces for all U.S. military forces deployed in the Western Pacific. BOS Services are essential to military operations and facility maintenance on Guam and must be adaptable to JRM's ever-changing operational environment. The contract period of performance is anticipated to consist of a twelve-month base period, six 12-month option periods, and one 12-month option period. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated procurement is for operations services including General Information, Management and Administration, Port Operations, Ordnance, Facility Management, Facility Investment, Utility Management, Electrical, Wastewater, Steam, Water, and Base Support Vehicles and Equipment. A pre-proposal conference and site visit will be held on Guam. The solicitation will be available in electronic format only on the Federal Business Opportunities (FBO) website and the Navy Electronic Commerce Online (NECO) website. Offerors must be registered in the System for Award Management (SAM) database.
Pre and Post Trial Confinement
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple Correctional Institutions within a 150 mile radius from Fort Drum, New York for Pre and Post Trial Confinement. These facilities must be approved by the Federal Bureau of Prisons or United States Marshals Service, or be accredited by the American Correctional Association or New York State. The facilities must comply with the Department of Justice National Prison Rape Elimination Act Standards and Army Regulation 190-47, The Army Corrections System. The Government will evaluate these Blanket Purchase Agreements annually and they may remain in place for up to five years. Interested parties must be registered with the System for Award Management under NAICS Code 922140. Please respond via email with intent to participate.
Tropic Test Support Services
Active
Dept Of Defense
Solicitation DEPT OF DEFENSE is seeking Tropic Test Support Services for the Army Test and Evaluation Command. This non-personal services contract will provide support for the Tropic Regions Test Center (TRTC) in Panama and Suriname. The services include planning, coordination, execution, data collection, data analysis, and test cost estimating for environmental tests unique to the tropic regions. The procurement method is FAR Part 15 Contracting by Negotiation utilizing Best Value Tradeoff. The NAICS code for this procurement is 541330 Engineering Services with a Size Standard of $25.5 Million. The solicitation is a competitive action on a Full and Open basis. All questions and proposals must be submitted by the specified deadlines.