Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOLICITATION NOTICE

S -- Ministry of Defense Annex

Notice Date
6/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-R-0150
 
Response Due
6/8/2004
 
Archive Date
6/23/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, - Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235,
 
E-Mail Address
kimmelgd@orha.centcom.mil, kimmelgd@orha.centcom.mil
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W914NS-04-R-0150 is being issued as a request for proposal (RFP). (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-22. (IV) This requirement is being synopsized as full and open competition under NAICS Code 561990. The resulting contract will be a Firm Fixed Price type Contract under FAR Part 12 – Acquisition of Commercial Items. (V) COMMERCIAL ITEM DESCRIPTION: **LINE ITEM 0001** The contractor shall provide all resources, personnel, equipment and management necessary to operate and maintain the Ministry of Defense Annex, Baghdad, Iraq, 15 June 2004 through 14 June 2005. **LINE ITEM 1001** OPTION The contractor shall provide all resources, personnel, equipment and management necessary to operate and maintain the Ministry of Defense Annex, Baghdad, Iraq, 15 June 2005 through 14 June 2006. (See attached Statement of Work (SOW)) (VII) Place of delivery / performance: See SOW for place of performance. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL: The offeror will provide sufficient detail in their proposal to allow the government to ascertain that the offeror understands and can deliver services in accordance with the Statement of Work. Offerors should list all key subcontractors and their function, staff, program manager and instructor resumes, facility of instruction, a detailed course of instruction, detailed base support plan or equivalent explanation of how the offeror plans to take care of attending students (to include but not limited to lodging, food, transportation to class, etc). PRICE: Provide pricing for CLINs 0001 and 1001. (a) IAW FAR Part 15.305 (a)(1) Cost or Price Evaluation, this competitive procurement will establish the basis for price reasonableness. (b) Total evaluated price, for award purposes, will be based upon the total price proposed for all items combined. PAST PERFORMANCE: Past performance information, to include recent and relevant contracts for the past 3 years, for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) Technical is weighted significantly more than Cost. Cost is weighted less than technical but more than past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (VIII) Provision 52.212-1, Instructions to Offerors- Commercial Items applies. (IX) Provision 52-212-2, Evaluation _ Commercial Items applies. Proposal will be evaluated on technical, past performance, price, price related factors and delivery. (X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer, which can be found at http://www.arnet.gov/far/. (XI) Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition. (XII) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. Option to Extend Services The government may require continued performance of any services within the limits and at the rates specified in line item 1001 of this contract. The Contracting Officer may exercise the option by written notice to the Contractor at least 14 days prior to the expiration of this contract. 52.217-9--Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 14 days prior to the expiration of this contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed five years. (XIII) N/A. (XIV) N/A. (XV) N/A. (XVI) Proposals will be due to the Coalition Provisional Authority (CPA) – Contracting Activity, Republican Presidential Compound Baghdad, Iraq APO AE 09316, by 08 June 2004, 8:00 p.m. local time. *Proposals can be emailed to the listed point of contact.* (XVII) Point of Contact is Marcus Overbay, marcus.overbay@cpa-iq.org or Major Lloyd Blackmon at lloyd.blackmon@cpa-iq.org. TABLE OF CONTENTS 1.0 SCOPE OF WORK 2.0 PERIOD OF PERFORMANCE 3.0 GENERAL INFORMATION 4.0 WORKSITE SAFETY 5.0 ENVIRONMENTAL PROTECTION 6.0 ANTI-TERRORISM AND FORCE PROTECTION 7.0 CONTRACTOR PERSONNEL REQUIREMENTS 8.0 DEFINITIONS 9.0 DELIVERABLES 11.0 BASE CAMP REQUIREMENTS 1.0 SCOPE OF WORK. The contractor shall provide all resources, personnel, equipment and management necessary to operate and maintain the Ministry of Defense Annex. The estimated number of personnel is 250 on 15 Jun 04 escalating to 400 on or before 1 September 04. 2.0 PERIOD OF PERFORMANCE. The anticipated period of performance is 21 Jun 2004 through 20 Jun 2005, with a proposed one year basic period and a one year option period. 3.0 GENERAL INFORMATION. Not withstanding any other provisions of this contract, the Coalition Provisional Authority (CPA) and Iraq are currently in the process of writing regulations and Iraqi laws and standards that the contractor will be required to adhere to when they are implemented. The Contracting Officer’s Representative will ensure that the contractor is properly notified and provided guidance on how to obtain copies of the rules, laws, regulations and policies that are adopted. In the case of inconsistencies, the contractor shall contact the Contracting Officer’s Representative (COR), identify the inconsistency, and seek guidance. 4.0 WORKSITE SAFETY. The contractor shall be responsible for the safety of his personnel and base camp residents during all operations. The contractor shall develop a safety plan that provides how the contractor will provide safety to his personnel, equipment and base camp residents, NLT 10 days after the date of contract award. Iraq is currently in the process of developing safety regulations and guidance and the contractor will be required to adhere to these regulations and guidance when they are implemented. The contractor shall follow directions provided by the Procuring Contracting Officer (PCO) also. 5.0 ENVIRONMENTAL PROTECTION. Iraq is currently developing regulatory environmental rules and regulations, upon implementation of these rules and regulations the contractor is required to adhere to them in performance of this contract. 6.0 ANTI-TERRORISM AND FORCE PROTECTION (AT/FP). The contractor shall be within the scope of MOD Annex planning, development and maintenance, and partner with the applicable AT/FP personnel on site, as dictated by the COR, to provide any required physical security protective measures and security procedures consistent with base camp design for physically securing spaces, buildings etc. by means of appropriate locks and other securing mechanisms. The contractor shall not be responsible for providing personnel resources to the base facilities in support of AT/FP. 7.0 CONTRACTOR PERSONNEL REQUIREMENTS. The contractor shall, to the maximum extent possible, hire host/local national personnel. The contractor shall maximize subcontracting to the host nation and hiring of their personnel. The contractor shall provide personnel information on all host/local national personnel hired, as required by base security requirements. The government will not provide facilities such as living quarters for contractor hired employees. The government will provide sufficient facilities for watch teams that are required to be on station on a 24 hour basis. 8.0 DEFINITIONS 8.1 CONTRACTING OFFICER REPRESENTATIVE (COR): The contracting officer representative oversees and is the point of contact for all operations by the contractor. 8.2 FULLY MISSION CAPABLE (FMC): Equipment that is safe and has all mission essential equipment in a serviceable and operating condition. 8.3 NOT MISSION CAPABLE (NMC): A materiel condition indicating that the equipment cannot perform any one of its mission functions. 8.4 FAULT: A term used to indicate that a piece of equipment has a deficiency or shortcoming. 8.5 DEFICIENCY: A fault or problem that causes equipment to malfunction. Faults that make the equipment not mission capable are deficiencies. 8.6 MAINTENANCE: For the purposes of this Statement of Work (SOW), the term maintenance includes custodial cleaning, sanitization to include but not limited to latrines buildings, equipment, and lubricating generators in accordance with (IAW) applicable maintenance regulations, handbooks, billeting and administrative standards, and COR guidance. 8.10 CLASSES OF SUPPLY 9.11.1 Class I Subsistence to include bottled water and ice 9.11.2 Class II Clothing and equipment 9.11.3 Class III Petroleum 9.11.4 Class IV Construction and barrier material 9.11.5 Class V Ammunition 9.11.6 Class VI Personal convenience items 9.11.7 Class VII Major end items 9.11.8 Class VIII Medical supply 9.11.9 Class IX Repair parts 9.11.10 Class X Non-military material 9.0 DELIVERABLES. The contractor shall prepare an initial Integrated Master Plan (IMP) and provide it to the Contracting Officer/COR within 10 days of award of contract. Additionally, the contractor shall submit the following reports: 9.1 Daily Event Situation Report (SITREP) 9.2 Accident Reports, if applicable 9.3 Office Sanitation Inspection Report. This report can be submitted once a week, but must be inclusive of all daily sanitation inspections and cleaning of all non-troop common areas, latrines and ablution units; seven days a week. 9.4 Daily Equipment Status Report. The contractor shall provide a daily report on the status of equipment. The report will include equipment that is down for repairs, replacement, and re-order. The report will include the status of plumbing and latrines. * Contractor will develop report structure to be approved by the COR or PCO. The contractor is required to maintain all reports and records for a one year period after contract expiration. 10.0 MOD ANNEX REQUIREMENTS. 10.1 MOD ANNEX MAINTENANCE. The contractor shall provide Operations and Maintenance (O&M) in support of the MOD Annex composed of pre-existing facilities. The contractor shall setup and maintain all necessary equipment for office space, as directed by the PCO. This does not include the purchase of furniture for office or billeting. Office space for all personnel will be in pre-existing facilities. This service also includes maintaining plant life and grounds maintenance. 10.1.1 WORK ORDERS. The contractor shall establish work order procedures and response capabilities in support of IAF facilities. 10.1.2 REPAIR STATUS REPORTING. The contractor shall report to the COR and/or PCO in the event that repairs cannot be completed within twenty-four (24) hours after failure of the equipment and or/component item. Reports must include the problem(s), reason for delay and the estimated time of completion. 10.1.3 EMERGENCY REPAIRS. The contractor shall immediately contact the COR and/or PCO in the event of any failure in water, sewage, electric, or general utility networks. 10.1.4 EMERGENCY REPAIR RESPONSE TIME. The contractor shall respond to emergency repair requests within one (1) hour of notification. Emergency repairs include, but are not limited to heating and air-conditioner repair, power failures, water leaks and stoppage, and sewage backup and stoppage. 10.1.5 NORMAL REPAIRS. The contractor shall initiate normal repairs within twenty-four (24) hours after notification of a failure of the equipment and/or component items that are used to support services at the Base Camp. If repairs will exceed eight (8) hours the contractor shall notify the COR and/or POC prior to beginning work. 10.1.6 WORK AREA CLEANUP. The contractor shall clean all work areas daily and upon completion of repairs to a safe and sanitary condition. 10.2 MAINTENANCE. The contractor will be required to maintain, repair or replace damaged items and acquire shortage items to bring all Government Furnished Property (GFP) to a Fully Mission Capable (FMC) operational status. The contractor shall perform monthly cycle inventories of the property in accordance with the applicable Joint Headquarters (JHQ) regulations. The contractor shall be responsible for maintaining all GFP to FMC standards. This does not include Maintenance for vehicles. 10.2.1 TOOLS AND EQUIPMENT. The contractor shall provide all tools, equipment for operation, materials, consumable/non-consumable repair parts and test equipment required to conduct repairs and maintenance. If the contractor invoices for and the Coalition Provisional Authority pays for the tools, equipment, materials, repair parts and test equipment ownership will be with the CPA, not the contractor, at the completion of performance. When the CPA pays for the tools, equipment, materials, repair parts and test equipment it will be considered Government Furnished Property (GFP) and will fall under the rules of Government Furnished Property and Property Administration rules. 10.3 SIGNS. The contractor shall provide, install and maintain signs as required to designate operational sections and services (e.g. Laundry, Base Headquarters); this will be coordinated with the COR. Signs will be of a standard size 1X3 ft for buildings, walls, and single post, 3X5 ft for double post, be written in English and Arabic, have reflective lettering and fabricated out of a sturdy metal material. 10.4 WATER SYSTEMS. The contractor shall operate and maintain all components of existing water systems to include providing bottled water at an average rate of 10 liters/summer day and 3 liters/winter day per person. 10.5 ELECTRICAL. The contractor shall maintain, repair, or replace electrical systems and equipment to include, but not limited to, lighting, air-conditioning/heating, refrigeration, freezer, electrical outlets (220V), generators, and IAF facilities that are identified by the COR and/or the PCO. 10.6 WASTE MANAGEMENT. The contractor shall operate and maintain waste management systems and programs for all facilities, coordinated with the COR, to include refuse containers and dumpsters, disposal of septic and food waste. 10.7 HAZARDOUS MATERIAL (HAZMAT). The contractor shall provide all materials and perform all services necessary for the collection, storage, and disposal of HAZMAT. Currently environmental regulations are being developed and once implemented the contractor will be required to be in compliance with CPA and Iraqi environmental regulations. 10.8 SUPPLY SUPPORT. The contractor shall operate and maintain a supply support center to provide all services associated with the provision and issue of supplies necessary to support a business in operation, i.e., pens, paper, cleaning supplies, etc. 10.9 FURNITURE STORE. The contractor shall be required to store and manage furniture supplied by the government. This service will include accounting for the furniture supplied to support the base, organizing furniture repair if damaged or requesting disposal and a re-supply action if furniture needs replacing. This service also includes the relocation of furniture when necessary, due to units or individuals changing locations. 10.10 BASE SHUTTLE SERVICE. The contractor shall provide shuttle bus service between the following key facilities on the base each day. The contractor shall implement a route schedule that provides round trip shuttle service every thirty minutes, or as determined by the COR. Shuttle services will operate between 0600 and 2300 daily, or as determined by the COR. Key Facilities: DFAC Barracks Headquarters PX/Shoppette Barbershop Billeting Main gate or other designated gates Any other key facilities designated by the COR. 10.12 VECTOR CONTROL. The contractor shall perform all pest control functions, to include animal removal, for the base camps. Pest control includes but is not limited to insects and rodents. The contractor shall conduct periodic inspections of suspected and/or vulnerable areas. 10.13 HOUSEKEEPING SERVICES. The contractor shall provide general cleaning, housekeeping, and refuse disposal to all common areas to include office spaces, TV lounges, dining facilities, latrines, hallways, etc. 10.15 INFORMATION TECHNOLOGY SUPPORT (IT) The contractor is not required to provide IT support or maintenance to base camp IT networks and equipment. The contractor will be required to provide his own automation equipment and services, or coordinate with the BSU once base facility IT is installed. 10. 16 OFFICE TRAILERS The contractor will provide 100,000 square meters of air conditioned/heated, insulated, office trailer space that is no less than 1 foot off the ground with steps. It needs to be capable of supporting telephone, internet wiring/service, and have at least four electrical outlets. One out of every five trailers must have a toilet, sink and mirror bathroom to include an interior finger lock. The bathroom may either be connected to the permanent water and waste water system or a temporary system may be installed. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-R-0150/listing.html)
 
Place of Performance
Address: Ministry of Defense Annex
Country: Iraq
 
Record
SN00597069-F 20040605/040603213211 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.