SOURCES SOUGHT
R -- Security Services for Iraq
- Notice Date
- 11/2/2010
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-11-R-0034
- Response Due
- 11/16/2010
- Archive Date
- 1/15/2011
- Point of Contact
- Rippert P. Roberts III, 540-665-1245
- E-Mail Address
-
USACE Middle East District
(rippert.p.roberts@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- US Army Corps of Engineers (USACE), Middle East District, intends to award a sole source contract for Security Services to support the Gulf Region District (GRD) in Iraq. The contract type will be firm-fixed-price. The Period of Performance will be one, 2-month base period and two, 3 month option periods. The base period will start on 1 February 2011. The Government will include FAR 52.237-3, Continuity of Services, into this sole source contract. The requirements for security services are as follows: The Contractor shall provide all planning, mobilization, demobilization, training, contract oversight, management, and supervision of required personnel and Contractor provided equipment to provide the services required in the following paragraphs: 1. The contractor will provide security services at the following locations throughout Iraq to support GRDs mission: February 2011 11 locations March 2011 8 locations April 2011 6 locations May 2011 6 locations June 2011 5 locations July through Sept 2011 3 locations The Light Armored Vehicles (LAVs) and Mine Resistant Ambush protected (MRAP) vehicles will be provided to the Contractor as Government-furnished equipment (GFE), and the Government will provide the associated vehicle maintenance for the LAVs and the MRAPs. Therefore, no vehicles or vehicle maintenance are required under this contract. Life Support Services for contractor personnel will be Government-furnished. All weapons and ammunition required to perform this mission will also be provide as GFE. GFE provided weapons: GLOCK 17/19 9mm PISTOLS M4 5.56mm ASSAULT RIFLE MINIMI 5.56mm LIGHT MACHINE GUN M249 5.56mm LIGHT MACHINE GUN 16mm MINIFLARES 5.56mm BALL, TRACER AND LINK AMMUNITION 7.62mm SHORT AND LONG BALL AND LINK AMMUNITION 9mm AMMUNITION 2. The following functional areas will be supported under this contract: a. The Contractor shall establish a primary threat assessment and intelligence analysis cell, capable of managing, producing and disseminating unclassified and open source information, and responding to RFIs generated by the GRD staff. Intelligence cell personnel may have limited and controlled access to classified information for situational awareness consistent with applicable Department of Defense (DoD) and United States Forces-Iraq (USF-I) regulations, while performing functions in direct support of USACE. The contractors staff shall possess a security clearance or vetting up to the SECRET level, as granted by their respective governments clearance and/or vetting authority and verified by the US Government. b. The Contractor will provide Security Escort Teams (SET) whose primary purpose is to provide security to military and civilian personnel during construction site visits. Standard SET missions shall consist of four LAVs and 11 contractor security personnel, one of which shall be a Local National person. The Contractor will maintain sufficient personnel and equipment to provide SET services during daylight hours, seven days per week, with an objective schedule of six missions per SET per seven day week. Each SET shall include at least 2 certified emergency trauma medics trained in combat lifesaving skills, who will be tasked with providing first response to medical situations. c. The Contractor shall provide a Personal Security Detail to the Commanding Officer, USACE, as designated by the client or his/her Aide de Camp. d. The Contractor shall provide Security Reconnaissance Teams (SRTs) in order to facilitate the completion of GRD managed construction projects. SRT missions will consist of three LAVs and a minimum of nine Contractor security personnel, five of whom must be Local National personnel. One member per SRT shall have a minimum of two years military construction engineering experience or equivalent civilian construction experience. The Contractor will maintain sufficient personnel and equipment to provide SRT services during daylight hours, seven days per week. The performance standard is execution of a minimum of two missions and four tasks per SRT per week. e. The Contractor shall provide trained facility security personnel (static guards) to perform security duties within secure compounds, 24 hours per day/7 days per week. f. The Contractor shall provide Anti-Terrorism/Force Protection (AT/FP) Specialists to conduct facility security evaluation, coordination for FP measures, and risk mitigation planning in order to improve safety and security at designated GRD sites. g. No later than 1 February 2011, the contractor shall provide sufficient personnel to staff the requirements listed above and the number of SETs and SRTs listed below: 1 February 2011, 27 SETs and 16 SRTs 1 March 2011, 23 SETs and 13 SRTs 1 April 2011, 22 SETs and 10 SRTs 1 May 2011, 11 SETs and 9 SRTs 1 June 2011, 6 SETs and 5 SRTs 1 July 2011, 4 SETs and 3 SRTs 1 August 2011, 4 SETs and 3 SRTs 1 September 2011, 4 SETs and 3 SRTs Interested offerors shall submit a brief but complete Capabilities Statement that demonstrates the companys capabilities to provide personnel to meet the above requirements. The capabilities statement shall provide evidence that the contractor has personnel currently mobilized to Iraq and that a sufficient number of personnel are in possession of valid arming authorization paperwork to ensure that the above requirements can be met on the timetable provided under paragraph g. above. This is a notice of intent to sole source, and your response shall not constitute an offer. All responses will be evaluated to determine if sufficient documentation exists to justify a limited competition. If the determination is made to conduct a limited competition, then those companies who provide complete Capabilities Statements as well as verifiable evidence that sufficient personnel are currently mobilized to Iraq and sufficient personnel are in possession of valid arming authorization paperwork will be contacted to participate in the limited competition. This request for information does not commit the Government to pay for any costs incurred to prepare your submission. All responses shall be submitted to Mr. Rippert Roberts III @ Rippert.P.Roberts@usace.army.mil NLT 1200 hours, Eastern Time, 16 Nov 2010. Responses received after 1200 hours, Eastern Time, 16 Nov 2010 may not be considered. Contracting Office Address: US Army Corps of Engineers Middle East District P.O. Box 2250, Winchester, VA 22604-1450 Place of Performance: Iraq Pont of Contact: Rippert Roberts III, Contract Specialist Comm: (540) 665-1245 Rippert.P.Roberts@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-11-R-0034/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN02320804-W 20101104/101102234108-fe779a99d451ac88bc3733017817cf1c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |