Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2005 FBO #1406
SOURCES SOUGHT

A -- Iraqi Joint Security Support

Notice Date
9/30/2005
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
TBD
 
Response Due
10/15/2005
 
Archive Date
12/14/2005
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Synopsis is for the purpose of determining interest of Personal Security Companies (PSCs) or joint ventures for a possible upcoming competitively-awarded contract. To be considered for award, a Personal Security Company will be r equired to register with the Iraq Ministry of Interior as a licensed PSC. Further, the relevant present and past performance will be significantly weighted to a contractors performance of similar effort(s). Anticipated contract duration is one base yea r with three one-year options that may be exercised at the discretion of the U.S. Government. Anticipated contract type will be a hybrid with cost reimbursable and fixed-price elements, as well as the potential to earn award fee. The evaluation criteria will consist of management, technical, relevant present and past performance, and cost/price areas. The planned scope of work will be to provide joint security support to the Gulf Region Division of the U.S. Army Corps of Engineers (GRD)/Programs and Contracting Office (PCO) Joint Security Program in Iraq. Both organizations are provisional in nature an d designed to be mutually-supportive of each other in the execution of the reconstruction mission of Iraq. The contractor will help to prevent unauthorized access to reconstruction sites; protect life; maintain order; and deter criminal attacks against pe rsonnel involved in construction operations in Iraq, as well as prevent terrorist attacks and prevent damage to U.S. Government property and infrastructure. At the direction of the of GRD and PCO personnel, the contractor will be required to periodically coordinate with the Department of States Regional Security Office (RSO); Multi-National Forces Iraq (MNF-I); and all Iraqi security forces (ISF). The Contractor shall furnish equipment, managerial, administrative and direct labor personnel to accomplish the joint security support services in Iraq. The contractor must be aware of the changing environment and must be able to analyze and adhere to a myriad of operational requirements for this theater from many sources (i.e. Law of Armed Conflict, RUF, CPA orders and memos, Ministry Directives, MNF-I an d CENTCOM FRAGOS and OPORDS, etc). The threat conditions in Iraq are to be continuously monitored by the Contractor through its Anti-Terrorism Force Protection Specialists who shall be responsible for reviewing intelligence information available from mult iple sources (i.e., RSO, U.S. Military, U.S. Government Agencies, Iraqi Ministries and other sources). The contractor shall provide program management and a security service support 24 hours a day, seven days a week. The following functional areas are anticipated under the proposed contract: 1. Security Escort Teams and Private Security Details 2. Static and mounted security Guards 3. Guard and Bomb Detection Dog Teams 4. Reconstruction Liaison Security Specialists 5. Anti-Terrorist Force Protection Specialists 6. Vetting Services 7. Transportation and Communication Services 8. Operational C2 Support Services 9. Life Support These joint security support services are to protect the lives and property of GRD, PCO and other personnel involved in the reconstruction mission in Iraq. The contractor will be required to assist in planning, facilitating, coordinating and executing sec urity requirements. The security force must be capable of responding to various threats to include, but not be limited to, any sized Vehicle Born Improvised Explosive Device (VBIED); Improvised Explosive Device (IED); direct fire from small arms and ground attacks of 12 or less with military rifles, machine guns, rocket propelled grenade launchers; indirect fire by mortars and rockets; individual suicide bombers; and employment of weapons of mass destruction in an unconventional war setting. A key task wil l be to insure the proper staffing levels are maintained at all times. The contractor will be required to maintain a co nstant state of readiness and to configure its resources such that there are no gaps in service, taking into account leaves of absence for personnel, time off, meals, breaks, and availability of physical resources such as weapons, vehicles and communicatio ns equipment. If the U.S. Government decides to go forward with this acquisition, a formal synopsis will be posted at FEDBIZOPPS. Following such synopsis, the Draft Request for Proposal (DRFP) and RFP would be issued via an acquisition-specific website located at http ://www.smdc.army.mil/Contracts/ijsc.html. All business firms interested in submitting a proposal should this acquisition proceed are invited to provide a written capability package to the Government. The capability package should be developed specifically for this acquisition in order to allow t he Government to make a determination as to the number and types of firms capable of performing the effort. Interested firms should submit their capability package to the Government within 15 days after the date of this announcement to Cynthia.Smith@SMDC. ARMY.MIL (title email Iraq Joint Security Contract (IJSC) Capability Package). While it is not anticipated that a single small business could provide all of the requirements/functional areas under this proposed contract, small business teams are encoura ged to submit capability packages in response to this synopsis. Both the solicitation and the resultant contract will have specified small business subcontracting goals for any large business prime. The NAICS code for this action is 561612 (Security Guar d Services) with a small business size standard of $10.5 million. This acquisition is open to Allied and Foreign Participation. The Government is considering an Industry Day/Bidders Conference in Huntsville, AL. If interested, please RSVP your interest in attending to Cynthia.Smith@SMDC.ARMY.MIL (title email IJSC Industry Day/Bidders Conference).
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00907431-W 20051002/050930212015 (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.