SOURCES SOUGHT
S -- Inn Keeper and Life Support Services
- Notice Date
- 4/18/2004
- Notice Type
- Sources Sought
- NAICS
- 721199
— All Other Traveler Accommodation
- 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-RFI-0004
- Response Due
- 5/3/2004
- Archive Date
- 5/3/2004
- Point of Contact
- Barbara Heald, Contract Specialist, Phone 914-360-5599, Fax null, - Barbara Heald, Contract Specialist, Phone 914-360-5599, Fax null,
- E-Mail Address
-
healdb@baghdadforum.com, healdb@baghdadforum.com
- Description
- This is a REQUEST FOR INFORMATION (RFI). This is not a formal solicitation or a request for proposals. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. The Program Management Office, Coalition Provisional Authority is seeking to determine if companies are interested in operating the 17 remote sites on a fee-for-services basis. Potential contract is likely to start as a cost plus, with the options to convert to a fee-for-services reimbursement basis after the first year. Strong emphasis on Iraqi company participation is a goal(Prime-Mentor relationship). Security would remain a cost plus line item through the period of performance. The CPA is interested in obtaining industry feedback on the feasibility, a rough order of mangnitude of probable costs and alternatives to meeting this requirement. Submit e-mail responses to Mr. Tom Courtney at Courtneyte@orha.centcom.mil or Ms. Barbara Heald at healdb@orha.centcom.mil. It is requested that all responses to this RFI be submitted witin 14 days. Statement of Objectives For the PMO Iraq Inn-Keeper Services 1.0 Introductions: This Statement of Objectives (SOO) describes the top-level objectives of turn-key inn-keeper operations and security for 17 remote facilities/sites within Iraq and is in lieu of a Government written Statement of Work (SOW). This approach provides potential offerors the flexibility to provide innovative alternatives to meet the stated objectives. 2.0 Background: CPA currently has 17 remote facilities/site locations which provide housing, life support services and security for various coalition personnel in the pursuit of reconstruction efforts within Iraq. These sites are currently contractor operated on a cost reimbursable basis. Primary customers include Coalition Provisional Authority Program Management Office (PMO), PMO Construction Management, PMO Support Contractors, PMO Design/Build Contractors, USACE, USAID, Department of State, and Department of Justice. Space available customers may include Other US Government Agencies, Non-Governmental Agencies, Coalition Forces personnel, allied nations and others as defined by CPA PMO. The Remote sites by Region are as follows: North Region - Arbil (Arbil Governorate), Dahuk (Dahuk Governorate), Baqubah (Diyala Governorate), Mosul (Ninawa Governorate), Tikrit (Salah Ad Din Governorate), Sulaymaniyah (Sulaymaniyah Governorate), Kirkuk (Tamim Governorate); Central Region - Ramadi (Anbar Governorate), Hillah (Basil Governorate), Karbala (Karbala Governorate), Najaf (Najaf Governorate), Diwaniyah (Qadisiyah Governorate), Kut (Wasit Governorate); and South Region - Basrah (Al Basrah Governorate),Nasariyah (Dhi Qar Governorate), Amarah (Maysan Governorate), Samawah (Muthanna Governorate). Site/facility description will be provided at a future date. 3.0 Objectives: The Government has a desire to convert operations to a contractor operated fee-for-services basis. The Contractor shall furnish Turn-Key/Fee-for-Services Inn-Keeper operation and robust security at each pre-existing facility. Pricing/Cost Structure shall be cost reimbursement for the base year, with objective to study feasibility to convert operation into fee-for-services basis. The contractor shall study and report on monthly usage rates, break-even analysis within max per diem rates, and feasibility to convert to fees-for-services in the future. Security cost shall be segregated and reimbursed on a separate reimbursable line item. As options for 2nd and 3rd year, fee-for-services structure for all other services (start 2nd year if feasible, cost reimbursable if not feasible). Chargeable fees shall be within JTR guidelines. Fee structure shall allow operating revenue to be above break-even point at X% occupancy. There shall be in place a Government guarantee to cover costs below the break-even point. In all cases, all pricing scenarios provide fair and reasonable profit and adequately cover for contractor?s cost risk. Contractor shall transition from predecessor contractor without degradation of services. Contractor shall provide for increase to facilities capabilities as directed by the Government. This may include Construction services as directed by the Government, with compliance with current applicable International Building Codes and Standards. The overall goals remain: 1) Socio/Economic ? to enter into a Mentor/Prot?g? relationship with Iraqi contractors/ Hire/Mentor Iraqi company(s) to run; serve as Inn-Keeper with multiple Iraqi sub-contractors, 2) Turn-over to Iraqi company(s) within one year, unless otherwise approved or specified by the government, 3) Non-bundled at the subcontractor level which provided maximum opportunity for small Iraqi firms, 4) Flexibility, 5) Customer Satisfaction, and 6) Self-Sustaining. 4.0 Scope: The scope shall include a Mobilization/Transition period from previous service provider which limits potential risks and disruption of services. The Core Services to be provided are as follows: Billeting/facilities management, 24-hour Operations Center, Reservations desk, and Real-time emergency response system. Also, Billeting, (Inter-agency Support Agreements and other tools for block periods), Housekeeping & Cleaning Services, Base camp management, and Maintenance & repair of facilities. Additional core services include Life Support services, Food service operation, Water distribution, Refuse collection/disposal, Latrines, port-o-let and wastewater/sewage system services, Laundry, dry-cleaning and bath services, Pest control, Hazmat operations, MWR, Power generation, HVAC, Utilities (Electric & Water), IMS, Administration, Firefighting, Post office operations, Vehicle maintenance, Barber services, Fuel point (diesel and benzene), Communications, Security & Safety, Force protection, Security, and Safety. Operating hours shall be specified and shall allow maximum flexibility and opportunity to customers. As part of the fee-for-services structure, payment methods shall include both Cash and Government Travel Card. 5.0 Quality: The contractor shall propose minimum American standards for all services performed. Standards for food services shall be consistent with commercially acceptable standards within the United States, and shall be strictly enforced. Best Commercial Practices shall be used as a standard operating practice. Customer Satisfaction shall be continuously monitored, with results implemented for continuous improvement. 6.0 Period of Performance: The Period of Performance for this effort is estimated at 1 Base year, plus 2 option years. 7.0 Additional Requirements: Visibility into accounting/costs - Cost shall be identifiable by service rendered and Cost shall be identifiable per guest. The contractor shall maintain positive inventory control and property accountability. The contractor shall prepare and submit monthly reports as required by this SOO and Contractor?s Statement of Work. Language and Customs for Iraq shall be addressed. 8.0 GFE: The Government will provide Equipment and Facilities, including complete facilities & complete Camps. A final listing may be released in the final RFP. Government provided services are TBD. 9.0 Risks: The contractor shall identify risks and provide risk mitigation plans. At a minimum, the following shall be included: Security/Safety, Integrating into effort without disrupting current ongoing operation, and Staffing. 10.0 References: USAID Disability Policy ? http://www.usaid.gov/about/disability/DISABPOL.FIN.html; and All CPA Policies and Regulations ? http://www.cpa-iraq.org/.
- Place of Performance
- Address: Iraq
- Record
- SN00568155-W 20040420/040418211646 (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 |