Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2004 FBO #0924
MODIFICATION

S -- Ministry of Defense Annex

Notice Date
6/5/2004
 
Notice Type
Modification
 
NAICS
561990 — All Other Support Services
 
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-R-0150
 
Response Due
6/8/2004
 
Archive Date
6/23/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, Fax null,
 
E-Mail Address
kimmelgd@orha.centcom.mil
 
Description
The purpose of this amendment is to incorporate a revised statement of work as follows: TABLE OF CONTENTS 1.0 SCOPE OF WORK 2.0 PERIOD OF PERFORMANCE 3.0 GENERAL INFORMATION 4.0 WORKSITE SAFETY 5.0 ENVIRONMENTAL PROTECTION 6.0 ANTI-TERRORISM AND FORCE PROTECTION 7.0 CONTRACTOR PERSONNEL REQUIREMENTS 8.0 DEFINITIONS 9.0 DELIVERABLES 11.0 BASE CAMP REQUIREMENTS 1.0 SCOPE OF WORK. The contractor shall provide all resources, personnel, equipment and management necessary to operate and maintain the Ministry of Defense Annex. The estimated number of personnel is 250 on 15 Jun 04 escalating to 400 on or before 1 September 04. 2.0 PERIOD OF PERFORMANCE. The anticipated period of performance is 14 Jun 2004 through 15 Jun 2005, with a proposed one year basic period and a one year option period. 3.0 GENERAL INFORMATION. Not withstanding any other provisions of this contract, the Coalition Provisional Authority (CPA) and Iraq are currently in the process of writing regulations and Iraqi laws and standards that the contractor will be required to adhere to when they are implemented. The Contracting Officer’s Representative will ensure that the contractor is properly notified and provided guidance on how to obtain copies of the rules, laws, regulations and policies that are adopted. In the case of inconsistencies, the contractor shall contact the Contracting Officer’s Representative (COR), identify the inconsistency, and seek guidance. 4.0 WORKSITE SAFETY. The contractor shall be responsible for the safety of his personnel and base camp residents during all operations. The contractor shall develop a safety plan that provides how the contractor will provide safety to his personnel, equipment and base camp residents, NLT 10 days after the date of contract award. Iraq is currently in the process of developing safety regulations and guidance and the contractor will be required to adhere to these regulations and guidance when they are implemented. The contractor shall follow directions provided by the Procuring Contracting Officer (PCO) also. 5.0 ENVIRONMENTAL PROTECTION. Iraq is currently developing regulatory environmental rules and regulations, upon implementation of these rules and regulations the contractor is required to adhere to them in performance of this contract. 6.0 ANTI-TERRORISM AND FORCE PROTECTION (AT/FP). The contractor shall be within the scope of MOD Annex planning, development and maintenance, and partner with the applicable AT/FP personnel on site, as dictated by the COR, to provide any required physical security protective measures and security procedures consistent with base camp design for physically securing spaces, buildings etc. by means of appropriate locks and other securing mechanisms. The contractor shall not be responsible for providing personnel resources to the base facilities in support of AT/FP. 7.0 CONTRACTOR PERSONNEL REQUIREMENTS. The contractor shall, to the maximum extent possible, hire host/local national personnel. The contractor shall maximize subcontracting to the host nation and hiring of their personnel. The contractor shall provide personnel information on all host/local national personnel hired, as required by base security requirements. The government will not provide facilities such as living quarters for contractor hired employees. The government will provide sufficient facilities for watch teams that are required to be on station on a 24 hour basis. 8.0 DEFINITIONS 8.1 CONTRACTING OFFICER REPRESENTATIVE (COR): The contracting officer representative oversees and is the point of contact for all operations by the contractor. 8.2 FULLY MISSION CAPABLE (FMC): Equipment that is safe and has all mission essential equipment in a serviceable and operating condition. 8.3 NOT MISSION CAPABLE (NMC): A materiel condition indicating that the equipment cannot perform any one of its mission functions. 8.4 FAULT: A term used to indicate that a piece of equipment has a deficiency or shortcoming. 8.5 DEFICIENCY: A fault or problem that causes equipment to malfunction. Faults that make the equipment not mission capable are deficiencies. 8.6 MAINTENANCE: For the purposes of this Statement of Work (SOW), the term maintenance includes custodial cleaning, sanitization to include but not limited to latrines buildings, equipment, and lubricating generators in accordance with (IAW) applicable maintenance regulations, handbooks, billeting and administrative standards, and COR guidance. 9.8 ORGANIZATIONAL MAINTENANCE (OM): That maintenance which is the responsibility of and performed by a using organization on its assigned equipment. Its phases normally consist of inspecting, servicing, lubricating, adjusting, and replacement of parts, minor assemblies and subassemblies. Organizational maintenance activities normally do not require highly specialized skills or equipment. 9.9 INTERMEDIATE MAINTENANCE (IM): Maintenance which is the responsibility of and performed by designated maintenance activities for direct and general support to using organizations. Its phases normally consist of calibration, repair or replacement of damaged or unserviceable parts, components of assemblies; the emergency manufacture of non available parts; and providing technical assistance to using organizations. IM includes activities requiring the use of specialized equipment or shops and greater specialization of skills then what is utilized at the OM level but not to the depth of Depot Maintenance repair. Intermediate maintenance is normally accomplished in fixed or mobile shops. 9.10 DEPOT MAINTENANCE (DM): Maintenance which is the responsibility of and performed by designated maintenance activities to augment stocks of serviceable material and to support organizational maintenance and intermediate maintenance activities by the use of more extensive shop facilities, equipment and personnel and personnel of higher technical skill than are available at the lower levels of maintenance. Its phases normally consist of repair, modification, alteration, modernization, overhaul, reclamation, or rebuild of parts, assemblies, sub-assemblies, components and end items; the emergency manufacture of non-available parts; and providing technical assistance to using activities and intermediate maintenance organizations. Depot maintenance is normally accomplished in fixed shops and includes all repairs requiring dry dock. 8.10 CLASSES OF SUPPLY 9.11.1 Class I Subsistence to include bottled water and ice 9.11.2 Class II Clothing and equipment 9.11.3 Class III Petroleum 9.11.4 Class IV Construction and barrier material 9.11.5 Class V Ammunition 9.11.6 Class VI Personal convenience items 9.11.7 Class VII Major end items 9.11.8 Class VIII Medical supply 9.11.9 Class IX Repair parts 9.11.10 Class X Non-military material 9.0 DELIVERABLES. The contractor shall prepare an initial Integrated Master Plan (IMP) and provide it to the Contracting Officer/COR within 10 days of award of contract. Additionally, the contractor shall submit the following reports: 9.1 Daily Event Situation Report (SITREP) 9.2 Accident Reports, if applicable 9.3 Office Sanitation Inspection Report. This report can be submitted once a week, but must be inclusive of all daily sanitation inspections and cleaning of all non-troop common areas, latrines and ablution units; seven days a week. 9.4 Daily Equipment Status Report. The contractor shall provide a daily report on the status of equipment. The report will include equipment that is down for repairs, replacement, and re-order. The report will include the status of plumbing and latrines. 9.5 Weekly Vehicle Maintenance Report. The contractor shall provide a weekly status report on vehicle maintenance. The report will include vehicles in service, vehicles in repair, vehicles waiting for parts, and vehicles beyond repair. 9.6 Weekly Fuel Report. The contractor shall provide a weekly fuel consumption report of all fuel delivered to the base and fuel pumped into vehicles. * Contractor will develop report structure to be approved by the COR or PCO. The contractor is required to maintain all reports and records for a one year period after contract expiration. 10.0 MOD ANNEX REQUIREMENTS. 10.1 MOD ANNEX MAINTENANCE. The contractor shall provide Operations and Maintenance (O&M) in support of the MOD Annex composed of pre-existing facilities. The contractor shall setup and maintain all necessary equipment for office space, as directed by the PCO. This does not include the purchase of furniture for office or billeting. Office space for all personnel will be in pre-existing facilities. This service also includes maintaining plant life and grounds maintenance. 10.1.1 WORK ORDERS. The contractor shall establish work order procedures and response capabilities in support of IAF facilities. 10.1.2 REPAIR STATUS REPORTING. The contractor shall report to the COR and/or PCO in the event that repairs cannot be completed within twenty-four (24) hours after failure of the equipment and or/component item. Reports must include the problem(s), reason for delay and the estimated time of completion. 10.1.3 EMERGENCY REPAIRS. The contractor shall immediately contact the COR and/or PCO in the event of any failure in water, sewage, electric, or general utility networks. 10.1.4 EMERGENCY REPAIR RESPONSE TIME. The contractor shall respond to emergency repair requests within one (1) hour of notification. Emergency repairs include, but are not limited to heating and air-conditioner repair, power failures, water leaks and stoppage, and sewage backup and stoppage. 10.1.5 NORMAL REPAIRS. The contractor shall initiate normal repairs within twenty-four (24) hours after notification of a failure of the equipment and/or component items that are used to support services at the Base Camp. If repairs will exceed eight (8) hours the contractor shall notify the COR and/or POC prior to beginning work. 10.1.6 WORK AREA CLEANUP. The contractor shall clean all work areas daily and upon completion of repairs to a safe and sanitary condition. 10.2 INVENTORY AND REPAIR. The contractor will be required to maintain, repair or replace damaged items and acquire shortage items to bring all Government Furnished Property (GFP) to a Fully Mission Capable (FMC) operational status. The contractor shall perform monthly cycle inventories of the property in accordance with the applicable Joint Headquarters (JHQ) regulations. The contractor shall be responsible for maintaining all GFP to FMC standards. This does not include Maintenance for vehicles. 10.2.1 TOOLS AND EQUIPMENT. The contractor shall provide all tools, equipment for operation, materials, consumable/non-consumable repair parts and test equipment required to conduct repairs and maintenance. If the contractor invoices for and the Coalition Provisional Authority pays for the tools, equipment, materials, repair parts and test equipment ownership will be with the CPA, not the contractor, at the completion of performance. When the CPA pays for the tools, equipment, materials, repair parts and test equipment it will be considered Government Furnished Property (GFP) and will fall under the rules of Government Furnished Property and Property Administration rules. 10.3 SIGNS. The contractor shall provide, install and maintain signs as required to designate operational sections and services (e.g. Laundry, Base Headquarters); this will be coordinated with the COR. Signs will be of a standard size 1X3 ft for buildings, walls, and single post, 3X5 ft for double post, be written in English and Arabic, have reflective lettering and fabricated out of a sturdy metal material. 10.4 WATER SYSTEMS. The contractor shall operate and maintain all components of existing water systems to include providing bottled water at an average rate of 10 liters/summer day and 3 liters/winter day per person. 10.5 ELECTRICAL. The contractor shall maintain, repair, or replace electrical systems and equipment to include, but not limited to, lighting, air-conditioning/heating, refrigeration, freezer, electrical outlets (220V), generators, and IAF facilities that are identified by the COR and/or the PCO. 10.6 WASTE MANAGEMENT. The contractor shall operate and maintain waste management systems and programs for all facilities, coordinated with the COR, to include refuse containers and dumpsters, disposal of septic and food waste. 10.7 HAZARDOUS MATERIAL (HAZMAT). The contractor shall provide all materials and perform all services necessary for the collection, storage, and disposal of HAZMAT. Currently environmental regulations are being developed and once implemented the contractor will be required to be in compliance with CPA and Iraqi environmental regulations. 10.8 SUPPLY SUPPORT. The contractor shall operate and maintain a supply support center to provide all services associated with the provision and issue of supplies necessary to support a business in operation, i.e., pens, paper, cleaning supplies, etc. 10.9 FURNITURE STORE. The contractor shall be required to store and manage furniture supplied by the government. This service will include accounting for the furniture supplied to support the base, organizing furniture repair if damaged or requesting disposal and a re-supply action if furniture needs replacing. This service also includes the relocation of furniture when necessary, due to units or individuals changing locations. 10.10 BASE SHUTTLE SERVICE. The contractor shall provide shuttle bus service between the following key facilities on the base each day. The contractor shall implement a route schedule that provides round trip shuttle service every thirty minutes, or as determined by the COR. Shuttle services will operate between 0600 and 2300 daily, or as determined by the COR. Key Facilities: DFAC Barracks Headquarters PX/Shoppette Barbershop Billeting Main gate or other designated gates Any other key facilities designated by the COR. 10.12 VECTOR CONTROL. The contractor shall perform all pest control functions, to include animal removal, for the base camps. Pest control includes but is not limited to insects and rodents. The contractor shall conduct periodic inspections of suspected and/or vulnerable areas. 10.13 HOUSEKEEPING SERVICES. The contractor shall provide general cleaning, housekeeping, and refuse disposal to all common areas to include office spaces, TV lounges, dining facilities, latrines, hallways, etc. 10.15 INFORMATION TECHNOLOGY SUPPORT (IT) The contractor is not required to provide IT support or maintenance to base camp IT networks and equipment. The contractor will be required to provide his own automation equipment and services, or coordinate with the BSU once base facility IT is installed. 10. 16 OFFICE TRAILERS The contractor will provide 10,000 square feet of air conditioned/heated, insulated, office trailer space that is no less than 1 foot off the ground with steps. It needs to be capable of supporting telephone, internet wiring/service, and have at least four electrical outlets. One out of every five trailers must have a toilet, sink and mirror bathroom to include an interior finger lock. The bathroom may either be connected to the permanent water and waste water system or a temporary system may be installed. 11.9 VEHICLE MAINTENANCE. The contractor shall equip, maintain, operate and conduct up to intermediate repairs on vehicles. The government will not furnish the facility. The contractor shall provide sufficient consumables and repair parts to do intermediate maintenance actions on vehicles. Refer to section 9.0 of this SOW for definition of Intermediate Maintenance. The contractor shall provide vehicle evacuation services for vehicles to return to the Base. The contractor shall provide the required recovery vehicles to tow or transport battalion vehicles. The contractor shall provide these services IAW manufacturer handbooks and JHQ policy and procedures, which are currently being produced. Vehicle type and quantity include but not limited to are: 10- Dodge Durango 10- Nissan Patrol 10- Nissan 4 door pick-up 5- Ashok Leyland 5-ton truck 2- 45 passenger Hyundai Bus and 4- 25 Passenger Bus 11.6 BULK FUEL AND GAS STATION SERVICES. The contractor shall order, after coordination with the COR, sufficient bulk fuel (diesel and benzene) to supply the BSU vehicles and equipment, and legitimate IAF/JHQ visitor’s vehicles. The Contractor shall establish a fuel point or fuel truck with the operating hours of 0800-2000, or as directed by the COR. The contractor shall be capable of providing emergency fueling when required. The Contractor shall invoice the government monthly for fuel provided in support of base vehicle requirements. The Contractor is responsible to provide, maintain, and distribute the above class 3 items within 65km of the MOD Annex. These services are in addition to services that the contractor uses for its own vehicles. The hours of operation for this will be 0800-2000, seven days a week to include holidays. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-R-0150/listing.html)
 
Place of Performance
Address: Ministry of Defense Annex
Country: Iraq
 
Record
SN00599137-F 20040607/040606122227 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.