SOLICITATION NOTICE
R -- Unarmed Security
- Notice Date
- 2/18/2004
- Notice Type
- Solicitation Notice
- 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-Q-0150
- Response Due
- 2/27/2004
- Archive Date
- 3/13/2004
- Point of Contact
- Frank Sharshel, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227, - Laurie Pierce, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
- E-Mail Address
-
sharshelf@orha.centcom.mil, piercel@orha.centcom.mil
- Description
- THIS IS COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, W914NS-04-Q-0150, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 561612.*****The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for. The contractor shall provide an unarmed team to guard the Iraqi Forum facilities and equipment at the Iraqi Forum (former Conference Palace) 24 hours per day. 2. Definitions 2.1 CPA – Coalition Provisional Authority 2.3 COR – Contracting Officers representative 3. Govt-Furnished Property and Services Facilities – CPA will provide an office for the contractor inside the Iraq Forum building. Equipment – CPA will provide handheld radios and X-Ray machines for the watchmen Medical Treatment - Watchmen injured during performance of their duties under this contract shall be provided medical treatment. 4. Contractor-Furnished Items .4.1 The contractor shall provide transportation for all watchmen to ensure they are present for duty at their appointed shift. 4.2 The contractor is responsible for all food and water required by his employees. 4.3 The contractor shall provide uniforms for all watchmen. Uniforms shall consist of black boots or shoes, black trousers and green shirts. The shirts shall have a collar. The shirts shall have white letters on the back that say security in large letters, and the company name underneath in smaller letters. The shirts shall also have white letters on the front left breast pocket that say the company name. 5. Specific Tasks 5.1 CPA security requirements – All contractor personnel shall submit CPA security requirements to include providing name, address, birthplace and birthday fro a background investigation. All contractor personnel shall be non-Baath party members. Personnel shall be screened by the contractor to ensure they have a positive attitude toward the United States Government and intend no harm to the CPA or its mission 5.2 The security team shall consist, at a minimum, of the following positions: 1. Overall supervisor per shift. 2. Female watchpersons per shift (except the midnight shift) 5.3 Watchman shall perform the following duties: 5.3.1 Observe people and be situational aware at all times. Look for suspicious activity. Report any unusual activity to the shift supervisor. 5.3.2 Keep watch to identify potential damage to windows, doors, nylon coverings and all CPA equipment. 5.3.3 Assist in movement control of large groups of people. 5.3.4 Check all persons entering the facility. Watchmen shall search persons in accordance with procedures established by the Contracting Officers Representative. 5.3.6 Provide other security services as required by the CPA COR. 5.3.7 All watchmen shall possess elementary English speaking skills, capable of fluently communicating in English. 5.3.8 The supervisor shall possess good English speaking skills, capable of fluently communicating in English. 5.3.9 Reporting Requirements: Contractor personnel shall immediately report suspicious activity to the shift supervisor via handheld radio. The shift supervisor shall immediately report the activity to the Facility Manager or to the U.S. Military site security commander or his designated representative. Contractor personnel shall not intervene in any activity that may cause them injury. This contract is for watchmen, not policemen. Establish work shifts as follows: 1st shift: 0600-1400hrs Front door: 3 watchmen (one must be female) Back door: 3 watchmen (one must be female) Inside: 4 watchmen (one must be female, one per floor) Outside: 4 watchmen (one per side) 2nd shift 1400-2200hrs Front door: 3 watchmen (one must be female) Back door: 3 watchmen (one must be female) Inside: 4 watchmen (one must be female, one per floor) Outside: 4 watchmen (one per side) Night Shift: 2200-0600hrs Front door: 2 watchmen Back door: 2 watchmen Inside: 2 watchmen In accordance with Federal Acquisition Regulation 52.212-2 Evaluation – Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price for each shift and total price for all items; (2) supporting information for proposed items that demonstrates they understand the specifics stated in the SOW; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor’s Duns and Bradstreet (DUNS) number; (5) Contractor’s Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors – Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions – Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders – Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor’s Registration (NOV 2001); All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-2) no later than 5:00 P.M. (Baghdad Time), 27 Feb 04, to the following email address: cpa_contracting_acti@orha.centcom.mil Attn: Frank Sharshel or Wanda Cross, Coalition Provisional Authority, Baghdad, Iraq. Questions in regards to this quotation should be directed to. Faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor’s Registration database (www.ccr.gov) prior to the award of any Government Contract.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-Q-0150/listing.html)
- Place of Performance
- Address: BAGHDAD FORUM(CONFERENCE CENTER)
- Country: BAGHDAD
- Record
- SN00524561-F 20040220/040218225027 (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 |