SOURCES SOUGHT
R -- ZBV Support Services - DRAFT- PERFORMANCE WORK STATEMENT
- Notice Date
- 10/9/2018
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - WRN (W56HZV)(DTA), 6501 EAST 11 MILE ROAD, Warren, Michigan, 48397-5000, United States
- ZIP Code
- 48397-5000
- Solicitation Number
- W91B4N19R2007
- Archive Date
- 10/28/2018
- Point of Contact
- Kenny J. Douangmala, Phone: 3184815169
- E-Mail Address
-
centcom.bagram.usfor-a.mbx.rcc-a-service-team-1@mail.mil
(centcom.bagram.usfor-a.mbx.rcc-a-service-team-1@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This document describes specific services to the identified objective. The United States (US) Government is publishing this notice in accordance with Federal Acquisition Regulation (FAR) Subpart 5.201. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does it guarantee or exclude your participation in the forthcoming acquisition process. On behalf of the US Forces - Afghanistan (CSTC-A), the Regional Contracting Center-Afghanistan (RCC-A) under the Army Contracting Command-Afghanistan (ACC-A), has a requirement to obtain Z-Backscatter Van training/mentoring and operation at Kabul, Afghanistan Green Zone. This is a non-personnel services contract to provide Operate, Maintain, and provide Train, Advise, Assist (TAA) to the Afghanistan National Defense Security Forces (ANDSF) on the Z® Backscatter Vans (ZBV), Automatic Vehicle Inspection System (AVIS), and Trace Explosive Detection Systems in the greater Kabul City, Afghanistan. The Contractor shall additionally provide Guardian Angels to secure and accompany the operator, trainer and mentors while in route to/from and during the performance of the operate/train/mentor advisors. Additionally, for commercial vehicles, the Contractor shall compare the vehicle manifest or bill of lading (BOL) with the ZBV/AVIS site picture and make an assessment as to whether or not the ZBV/AVIS site picture reflects what is on the manifest/bill of lading. The contractor shall then pass their assessment to the requisite onsite Afghan National Defense Security Force (ANDSF) personnel for further action as warranted. The Contractor shall provide Mobile Guards in support of ZBV/AVIS site locations under the authority of the (GIRoA). The Contractor shall support (GIRoA) by performing security operations throughout CG, ESZ, GZ, and CPs in Kabul, Afghanistan. The Contractor shall provide all management, supervision, tools, supplies, equipment, and labor necessary to perform all operations. The Contractor shall provide vehicle scanning services and mobile guards 24 hours/day, 7 days/week at approximately 8 to 15 locations. The Contractor shall be responsible for obtaining any necessary business licenses, separate PSC license, individual US arming authorizations, and individual Afghan arming permits, visas, and any other authorizations required to perform this contract and for complying with any laws, codes, and regulations applicable to the performance of work in the host country-including commercial registration to carry arms as registered as a private security company registered with the Government of the Islamic Republic of Afghanistan (GIRoA) and operate as a business in Afghanistan required by Afghan law. Contractors performing work under this contract shall possess an Afghanistan Business License from the Islamic Republic of Afghanistan Ministry of Commerce and Industries, or equivalent. The Contractor shall also possess a Private Security Company (PSC) license issued by the Afghanistan Ministry of Interior (MoI) for life of the contract. All Contractors shall submit a current copy of their Islamic Republic of Afghanistan Ministry of Commerce and Industries, or equivalent and PSC license in Dari and English with their proposal. All armed Contractors shall qualify for and possess an arming authorization signed by Commander (CDR) USFOR-A or his designee prior to carrying a weapon pursuant to USFOR-A Frago 16-143 Mod 1, or as subsequently updated. The Contractor personnel shall ensure armed personnel carry the arming authorization memorandum and GIRoA permits on their person while performing armed duties. At a minimum, ZBV operator trainers shall be proficient at writing and speaking English and Dari. Trainers should have previous experience conducting the type of training required by this contract in an environment similar to Kabul, Afghanistan. A minimum of three (3) trainers shall be American Science and Engineering (AS&E) certified. The anticipated North American Industry Classification System (NAICS) code for this requirement is 561612 - Security Guards and Patrol Services, with a Size Standard of $20.5M. This U.S. industry comprises establishments primarily engaged in providing guard and patrol services, such as bodyguard, guard dog, and parking security services. The anticipated Product Service Code is S206, Housekeeping - Guard. The US Government hereby notifies potential offerors that the solicitation and any subsequent amendments to the solicitation may only be available by downloading the documents at https://www.fbo.gov. The requirement may consist of a twelve (12) month base period, four twelve (12) month options under FAR Clause 52.217-9 - Option to Extend the Term of the Contract, and up to a six (6) month option under FAR Clause 52.217-8 - Option to Extend Services. Interested vendors are encourged to provide any documentation to support your company's capability in meeting these requirements stated above and as outlined in the Perfomance Work Statement. It is the responsibility of interested offerors to monitor the Government Point of Entry via the Internet at https://www.fbo.gov for additional information, to include future information, pertaining to this requirement. The Government anticipates release of the solicitation on or about December 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f2f9756e0806434c19e4b6fa1379ef6)
- Place of Performance
- Address: APO AE, Non-U.S. 09354, Afghanistan, Kabul, United States
- Record
- SN05118925-W 20181011/181009230820-6f2f9756e0806434c19e4b6fa1379ef6 (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 |