MODIFICATION
Z -- ANDSF O&M Services
- Notice Date
- 8/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
- ZIP Code
- 22602-5000
- Solicitation Number
- W912ER-18-Q-0001
- Archive Date
- 8/30/2018
- Point of Contact
- Maria Rodeffer, Phone: 5406655078
- E-Mail Address
-
maria.c.rodeffer@usace.army.mil
(maria.c.rodeffer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Notice should not be construed as a solicitation announcement. SYNOPSIS: The U.S. Army Corps of Engineers, Transatlantic Middle East District (TAM) is contemplating issuing a series of contracts separately to individual certified Afghan companies that can provide Operations and Maintenance (O&M) services to include Power Generation, Water Treatment plant services (WTP), Waste Water Treatment Plant services (WWTP), and HVAC-R for various Afghan National Defense Security Forces (ANDSF) which includes the Afghanistan National Army (ANA), and Afghanistan National Police (ANP) and other installations in the provinces and districts throughout Afghanistan. Firms may provide offers on one or more of the Request for Quote's (RFQs). The resultant contracts will be awarded as firm-fixed price contracts. Period of Performance: It is anticipated that the contracts will be issued with a period of performance of six (6) months with one (1) six (6)-month option period. To qualify, your company shall have the required experience to meet the below Performance Work Statement summary, you must be registered in System for Award Management (SAM), have a current Contractor and Government Entity (CAGE) code, and be eligible for Section 886 awards as indicated below. It is anticipated that any requirement, if developed, shall be issued as limited competition under the authority of the U.S. Public Law 110-181, Section 886 (Afghan First Program) and implemented in Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 225.77, Acquisitions in Support of Operations in Afghanistan. We are not requesting a proposal from your company and this notice will not result in a contract. We do request that you send your capability statement showing extensive experience to: Maria Rodeffer Maria.C.Rodeffer@usace.army.mil If your company is interested in receiving an RFQ, expected to be issued on or about 7 September 2018, interested companies are invited to submit a Statement of Capability (SOC) to the above contact no later than 2:00P.M., U.S. Eastern Daylight Time (EDT), on August 10, 2018. SOC must be submitted in writing. Submissions are required to be made by email with the subject line to read ANDSF O&M 886. Be advised that this notice is not a RFQ, nor does it restrict the Government from utilizing a different acquisition approach to award any or all resultant contracts. Failure to respond to this notice may not disqualify your company from submitting an offer. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. SUBMISSION REQUIREMENTS: The capabilities statement should show: (1) Your capabilities, qualifications and experience performing work similar to the requirements listed below; (2) The dates when the similar services were performed; (3) The dollar value or magnitude of the services performed; (4) The location(s) in which the work was performed; (5) The organization name(s) and contact information for customers on the services; and (6) Any other information that provides evidence of your capability to successfully perform this level of work. In addition, you should provide evidence that your company is registered in the System for Award Management (www.sam.gov), your company's Joint Contracting and Contingency Services (JCCS) number, and evidence of your company's eligibility to receive work under the Section 886 (Afghan First) Program. The following criteria shall be considered in determining whether a source is located in Afghanistan for purposes of the Section 886 (Afghan First) Program: a. The source must be incorporated in Afghanistan and must have its principal place of business in Afghanistan, as indicated in the source's licensing or registration documentation. If solicited, vendor will be requested to provide Articles of Incorporation or association in Afghanistan. b. An Afghan source must hold a current operating license (AISA-D or MOCI-D) by a Government of the Islamic Republic of Afghanistan (GIRoA) licensing authority with a physical address in Afghanistan. For informational purposed only, a number of GIRoA entities issue licenses, depending on the type of enterprise. These license-issuing entities include, but are not limited to: Afghanistan Investment Support Agency (AISA); Ministry of Commerce and Industries; Ministry of Agriculture, Irrigation and Livestock; Ministry of Communications; Ministry of Economy; Ministry of Finance; Ministry of Information and Culture; Ministry of Interior; Ministry of Justice; Ministry of Mines and Industry; Ministry of Public Health; Ministry of Rural Rehabilitation and Development; Ministry of Transportation and Civil Aviation; and Ministry of Urban Affairs. Vendor will be responsible for providing a copy of its AISA or MOCI license. c. An Afghan source must hold an Afghan Tax Identification Number (TIN). All vendors should be aware that base access eligibility, as determined by JCCS, is a mandatory requirement of the intended contract awards. All vendors should be proactive in ensuring that all mandatory information in JCCS is updated. Vendors should ensure that all required information is updated in JCCS no later than 12:00 PM EDT on 15 August 2018. Minimum required documentation includes: (1) Host Nation business license (AISA or MOCI); (2) Passports or Taskeras; (3) Vendor family details; (4) Articles of Incorporation or Articles of Association; (5) and JCCS Company Questionnaire, which includes the full names and photo IDs of all listed owners and key employees. Documentation is considered updated if it has been submitted in the past six (6) months. The TAM Contracting Officer can only submit a vendor for vetting once that vendor has provided all required documentation. Please note that TAM has no control over the vendor vetting process in JCCS. TAM cannot guarantee that vendor vetting will result in base access eligibility. The TAM Contracting Officer will submit vendors for vetting when all required documentation is up to date. Providing updated documentation is the vendor’s responsibility. Only vendors that are fully vetted and determined base access eligible at time of award will be eligible to receive award. It is the responsibility of vendors to ensure all required documents are submitted to the TAM Contracting Officer. The TAM Contracting Officer will not respond to inquiries from those vendors who do not provide the required documents listed above. Additionally the TAM Contracting Officer will not share information with vendors concerning base access eligibility, as this will be verified at time of award. Directions and assistance with documents can be found at the JCCS website. Requirements - Performance Work Statement Summary: USACE, TAM has a requirement for O&M to ANDSF critical infrastructure (CI) and critical facilities (CF) at ANA and ANP sites throughout Afghanistan. O&M services provide for life sustaining facilities and critical infrastructure such as power plants, spot generation, wastewater treatment plants, waste water systems, water treatment plants and water distribution and HVAC&R maintenance and repair to facilitate ANDSF security operations throughout the provinces of Afghanistan. USACE's objective is to maintain functional ANDSF sites and facilities through an Afghan first (886) services acquisition with contract award to a qualified Afghan national offeror The Contractor is required to provide all management, supervision, labor, materials and supplies, tools, equipment, spare parts, security, transportation, contractor life support and satisfactory operations, scheduled and unscheduled maintenance and repairs of equipment and systems for facility O&M services in support of ANDSF sites and facilities located in provinces throughout Afghanistan. O&M services support includes operation, maintenance, and repair of real property inventories/facilities and completion of related services. All work performed by the contractor shall be by qualified personnel in accordance with US Government and Host Nation laws and applicable regulations. The Contractor shall develop and maintain accurate and complete records, files, and libraries of documents to include local regulations, codes, laws, technical manuals, and manufacturer's instructions and recommendations, which are necessary and related to the functions being performed. The Contractor shall compile historical data, prepare required reports, and submit information as specified in the contract. The Contractor shall respond promptly to changes in current operations and troop strength at existing installations. The Contractor shall assume total responsibility for all requirements upon contract award. The Government's objective is for the Contractor to operate and maintain critical infrastructure and facilities using best commercial practices at the lowest possible cost in a safe, secure, and environmentally acceptable manner. This requirement would be exclusively a USACE non-personal services contract to provide O&M services; therefore, the US Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Prime Contractor who, in turn, is responsible to the US Government. The Contractor shall respond to and successfully perform required services for Afghan National Defense Security Forces under the Afghanistan Ministries of Interior (MOI) and Defense (MOD) located at base camps and standalone remote sites. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor does the TAM intend to award a contract on the basis of this request for information or otherwise pay for the information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-18-Q-0001/listing.html)
- Record
- SN05028821-W 20180811/180809231050-d5ed241d1b11d433d12ca53bf60b6224 (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 |