MODIFICATION
Y -- Amendment 0003 to PODS Synopsis/Solicitation
- Notice Date
- 12/4/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10R0032
- Response Due
- 12/9/2009
- Archive Date
- 2/7/2010
- Point of Contact
- Toni Wilcox, 309-782-5630
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(toni.w.wilcox@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Amendment 0003 1. The solicitation number has been changed from W52P1J10R0032 to W52P1J10Q0005. 2. FOB is Destination Pope Air Force Base/Fort Bragg, NC. 3.463L Pallets will be provided by the Government to the Contractor at Fort Pope/Fort Bragg, to include nets and straps upon delivery of the items. 4. The following clauses are applicable to this acquisition: a. 52.212-4, Contract Terms and Conditions Commercial Items. b.52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, Executive Orders: 17, 21, 22, 23, 24, 25 and 30 apply. c.Sponsorship applicable to CENTCOM: Offerors shall ensure they have secured the required authorization to perform within the CENTCOM AOR for all personnel for the purpose of providing in-country legal representation, work visas and resolution of other personal business or domestic matters, in compliance with host nation laws and regulations before contract award and performance. Offerors shall ensure they have gained the necessary sponsorship to operate in the CENTCOM AOR and abide by all local labor laws governing the Ports, to include the use of local labor. Offerors shall be responsible for performing employment background/record checks on all Contractor employees, to include Third Country Nationals (TCN)/Foreign Nationals (FN). The Government may also perform a background/records check on Contractor employees. Offerors shall not allow employees to perform duties under this contract if the check reveals sufficient derogatory information to consider that employee unfit for work in support of this contract. The Government reserves the right to require the Contractor to remove any Contractor employee from performance under this contract, whom the Government deems to be unsuitable. The offeror shall not allow any employee who has possession of or who is under the influence of alcohol or other illegal substances to perform work. Offerors shall comply with all environmental regulations and policies established by the US Government and the CENTCOM AOR while conducting daily operations. d.Personal Property Training: Requirements for Personal Recovery (PR)/Survival, Evasion, Resistance and Escape (SERE)/Isolated Preparation Report (ISOPREP). Personal Recovery (PR) requirement is for all US Nationals Deploying or deployed contractor personnel. Please note this training is currently only required for U.S. National contractor personnel deploying within this AOR. It is important to understand that this requirement applies to all U.S. National contractor personnel who work for the prime or any of the subcontract tier levels on this procurement. This training will be required to be taken annually. 8.1. In accordance with DODD 2310.2 Personnel Recovery, DA Policy-AR 350.1 and HQ AMC Policy (dated 31 Mar 05), Personnel Recovery Training is a mandatory pre-deployment theater entrance training and certification requirement for this contract. The Contractor is required, for all U.S. National employees, to provide instruction and assurance of certification/compliance with the following DoD, DA and HQ AMC PR Training: Personnel Recovery Tactics, Techniques, and Procedures (TTPs) Briefing. COCOM/Kuwait Specific/special instructions (SPINS) briefings identifying geographic, environmental, and socio/political aspects of the Kuwait AOR. Anti-Terrorism-Force Protection (AT/FP Level I) Training. Survival, Evasion, Resistance and Escape (SERE) Level B Training. Civilian ISOPREP Card. Registration in CIVTRACKS. The Contractor shall provide documentation of the PR training on a reporting basis with the RICC. Notification, frequency, and point of contact information will be provided upon contract award with a company employing U.S. Nationals. The required documentation shall include: Employee Name, Social Security Number, Date of Training, work location, estimated arrival and departure date. e.Immunizations and Vaccination: The command Surgeon will provide a list of immunizations and vaccinations, both those required for entry into Iraq, Afghanistan, and possible other AOR locations and those recommended by medical authorities upon contract award. Contractor employees shall be immunized or vaccinated to meet the requirements established by the Theater's Command Surgeon. Contractors shall immediately replace any employee who refuses any required immunization or vaccination at the Contractor's expense. f.952.222-0001 (JCC-I/A) Prohibition Against Human Trafficking, Inhumane Living Conditions, and Withholding of Employee Passports: (a) All contractors (contractors refers to both prime contractors and all subcontractors at all tiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other actual or purported government identification document, of another person, to prevent or restrict or to attempt to prevent or restrict, without lawful authority, the persons liberty to move or travel, in order to maintain the labor or services of that person, when the person is or has been a victim of a severe form of trafficking in persons. (b) Contractors are also required to comply with the following provisions: (1) Contractors shall only hold employee passports and other identification documents discussed above for the shortest period of time reasonable for administrative processing purposes. (2) Contractors shall provide all employees with a signed copy of their employment contract, in English as well as the employees native language that defines the terms of their employment/compensation. (3) Contractors shall not utilize unlicensed recruiting firms, or firms that charge illegal recruiting fees. (4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living space) for their employees. Fifty square feet is the minimum acceptable square footage of personal living space per employee. Upon contractors written request, contracting officers may grant a waiver in writing in cases where the existing square footage is within 20% of the minimum, and the overall conditions are determined by the contracting officer to be acceptable. A copy of the waiver approval shall be maintained at the respective life support area. (5) Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of this Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the Governments Quality Assurance process. (6) Contractors shall comply with international laws regarding transit/exit/entry procedures, and the requirements for work visas. Contractors shall follow all Host Country entry and exit requirements. (c) Contractors have an affirmative duty to advise the Contracting Officer if they learn of their employees violating the human trafficking and inhumane living conditions provisions contained herein. Contractors are advised that contracting officers and/or their representatives will conduct random checks to ensure contractors and subcontractors at all tiers are adhering to the law on human trafficking, humane living conditions and withholding of passports. (d) The contractor agrees to incorporate the substance of this clause, including this paragraph, in all subcontracts under his contract. g.952.223-0001 (JCC-I/A) Reporting Kidnappings, Serious Injuries, and Deaths: Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings, serious injuries or deaths occur. Report the following information: Contract Number: Contract Description & Location: Company Name: Reporting party: Name: Phone number: e-mail address: Victim: Name: Gender (Male/Female): Age: Nationality: Country of permanent residence: Incident: Description: Location: Date and time: Other pertinent information: h. 952.225-0003 (JCC-I/A) Fitness For Duty and Medical/Dental Care Limitations: (a) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed employees, the provisions for care offered under this section, and redeployment of individuals determined to be unfit. The contractor bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the performance. The contractor shall include this information and requirement in all subcontracts with performance in the theater of operations. (b) The contractor shall not deploy an individual with any of the following conditions unless approved by the appropriate CENTCOM Service Component (ie. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent the wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and chemical/biological protective garments; conditions which prohibit required theater immunizations or medications; conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and biological protectives and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI greater than or equal to 40); dysrhythmias or arrhythmias, either symptomatic or requiring medical or electrophysiologic control; uncontrolled hypertension, current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly diagnosed or under current treatment, or recently diagnosed/treated and requiring frequent subspecialist surveillance, examination, and/or laboratory testing; dental or oral conditions requiring or likely to require urgent dental care within six months time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate restorative dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (less than 1 year) seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Menieres Disease or other vertiginous/motion sickness disorder, unless well controlled on medications available in theater; recurrent syncope, ataxias, new diagnosis (less than 1year) of mood disorder, thought disorder, anxiety, somotoform, or dissociative disorder, or personality disorder with mood or thought manifestations; unrepaired hernia; tracheostomy or aphonia; renalithiasis, current; active tuberculosis; pregnancy; unclosed surgical defect, such as external fixeter placement; requirement for medical devices using AC power; HIV antibody positivity; psychotic and bipolar disorders. (Reference: Mod 8 to USCENTCOM Individual Protection and Individual/Unit Deployment Policy, PPG-Tab A: Amplification of the Minimal Standards of Fitness for Deployment to the CENTCOM AOR). (c) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09 1038, DoD PGI 225.74), resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities and assistance with patient movement in emergencies where loss of life, limb or eyesight could occur will be provided. Hospitalization will be limited to emergency stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. Subject to availability at the time of need, a medical treatment facility may provide reimbursable treatment for emergency medical or dental care such as broken bones, lacerations, broken teeth or lost fillings. (d) Routine and primary medical care is not authorized. Pharmaceutical services are not authorized for routine or known, routine prescription drug needs of the individual. Routine dental care, examinations and cleanings are not authorized. (e) Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-related services or transportation rendered. In accordance with OUSD(C) Memorandum dated 4 June 2008, the following reimbursement rates will be charged for services at all DoD deployed medical facilities. These rates are in effect until changed by DoD direction. (1) Inpatient daily rate: $2,041.00. Date of discharge is not billed unless the patient is admitted to the hospital and discharged the same day. (2) Outpatient visit rate: $195.00. This includes diagnostic imaging, laboratory, pathology, and pharmacy provided at the medical facility. i. 952.225-0010 (JCC-I/A) Contractor Employee Legal Requirements: (a) The contractor shall not employ, nor allow a subcontractor to employ, any person that has ever been convicted, in any U.S. court, including a court-martial, of any crime against an Iraqi and/or an Afghan national, regardless of the place at which the crime occurred. (b) For the purpose of this clause, crime is defined as: a violation of a law in which there is injury to the public or a member of the public and a term in jail or prison, and/or a fine as possible penalties. Further, the crime must be an offense that could be classified as a Class B misdemeanor or any higher class up to a Class A felony, as referenced at 18 USC 3559. (c) Contractors shall exercise effective screening processes to ensure that individuals not conforming to this standard are identified and prohibited from, or removed from (if already employed) working under this contract. (d) Contractor employees discovered to have one of more prior convictions as described above shall be removed from the contract at the contractors expense. (e) Failure to adhere to the requirements of this clause could result in a termination for cause or termination for default, in accordance with the terms and conditions of this contract. j. 952.225-0004 (JCC-I/A) Compliance with Laws and Regulations: (a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and Central Command orders and directives applicable to personnel in Iraq and Afghanistan, including but not limited to USCENTCOM, Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions, policies and directives. (b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human casualties or military security measures. (c) Contractor employees may be ordered removed from secure military installations or the theater of operations by order of the senior military commander of the battle space for acts that disrupt good order and discipline or violate applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall immediately comply with any such order to remove its contractor employee. (d) Contractor employees performing in the USCENTCOM Area of Operations (AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements. (e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court Martial. Contractor employees may be ordered into confinement or placed under conditions that restrict movement within the AOR or administratively attached to a military command pending resolution of a criminal investigation. (f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to secure the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate the departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to depart Iraq or Afghanistan without approval from the senior U.S. commander in the country. k.52.225-5000 (ACC) Crimes Against Host Country Nationals by Employees of Contractors Doing Business with the United States Central Command (USCENTCOM) Area of Responsibility (AOR): (a) With regard to this contract, the contractor shall not employ, nor allow a subcontractor to employ, any person that has ever been convicted in any U.S. court of any crime against a US CENTCOM AOR host country national, regardless of the place at which the crime occurred. (b) Contractors shall exercise effective screening processes to ensure that individuals not conforming to this standard are identified and prohibited from, or removed from (if already employed) working under this contract. (c) Contractor employees discovered to have one or more prior convictions as described above shall be removed from the contract immediately. (d) Failure to adhere to the requirements of this clause may result in a termination for cause or termination for default, in accordance with the terms and conditions of this contract. 5.Pods will be delivered with a tool kit for assembly and disassembly, and Operation and Maintenance Manuals (In English), with set-up and breakdown instructions, along with CD copies of the manuals for training purposes. The CLIN Structure is as follows: CLIN 0001: Qty Unit Price Total Price 0001AA: Interrogation Pod, 10 each _____________ ______________ 0001AB: C2 Pod 1 each _____________ ______________ 0001AC: A/V Suite 1 each _____________ ______________ TOTAL PRICE FOR CLIN 0001 ______________________ CLIN 0002: Qty Unit Price Total Price 0002AA: Interrogation Pod, 10 each _____________ _____________ 0002AB: C2 Pod 1 each _____________ ______________ 0002AC: A/V Suite 1 each _____________ ______________ TOTAL PRICE FOR CLIN 0002 _____________________ CLIN 0003: This line Item is to be priced as an option line item in accordance with FAR Clause 52.217-7. The government will evaluate this CLIN separately. The Government will determine at time of award if this CLIN will be exercised & awarded. Set-up and Installation with Technical Support for connectivity of communication/electronic equipment within AV Suites to all other PODS. May require up to and including on-site (Afghanistan) technical support. TOTAL PRICE FOR CLIN 0003 ___________________ QUESTIONS/ASWERS: Question 1: Para 5.c Concerned with the minimum interior dimensions listed and the requirement to meet the international standards. Its been found that the perfect marriage of International Red Cross specifications, Geneva Convention requirements and 463L Pallet configuration requirements dictate an interior dimension of 72d x 87w x 84h. This is the size currently used as the standard for other customers purchasing this same item. Is this acceptable as long as it meets the specified requirements and still fits on the 463L pallet? Answer: Yes. Dimensions of 72d x 87w x 84h are acceptable. Question 2: Para 5. In order to price this, where do we provide the training and hands-on assembly? Knox Street, Fort Bragg or Bagram Afghanistan? Answer: Bagram, Afghanistan. Question 3: 463L pallets have not found a site where we can purchase 463L pallets. We can build the pallets (place the equipment on the pallets) but will require the pallets themselves, the nets for securing the load and the large plastic bag pallet covers furnished by the USG. Are the 463L Pallets GFE? Answer: 463L pallets are GFE from Pope Air Base and will be available to the contractor upon receipt of the items at Pope Air Base. Question 4: 463L pallets Is it acceptable for the offeror to coordinate with the 82nd Division Rear (here at Ft Bragg) to use 14 of their pallets, nets and straps? Answer: Yes. Question 5: Is a green color faded satisfactory? Answer: Yes; however, color is immaterial, since they will be inside another building. Preference is rust resistant. Question 6: What type of interior finish is needed? Answer: Fire retardant, durable, non toxic, protective surface that provides non-slip surface; resistance to mold, mildew, water cleaning chemicals and moderate temperatures. Question 7: What gauge of steel is preferred? Is flat paneling or W-series needed? Answer: Unless otherwise specified in the solicitation, the type of materials used in the manufacture of the PODS is at the contractors discretion, as long as it meets all the requirements stated in the solicitation. Question 8: What type of flooring is needed and what is the flooring finish? Answer: Permanent polyurethane coating. Floor has to be a fire retardant, durable, non toxic, protective surface that provides non-slip surface; resistance to mold, mildew, water cleaning chemicals and moderate temperatures. Question 9: What types of floor joists are needed? Answer: Booths will sit on concrete foundation. Question 10: What kind of insulation is needed for the floor, ceiling, and walls? Answer: Foam insulation that is capable of containing noise level below 85 Db. Question 11: What are the HVAC specs? Answer: 110 volt HVAC that can control the interior temperature range between 65 and 95 degrees. Question 12: How is the interior finish supposed to layout? Answer: See other questions and answers within this amendment Question 13: What are the lighting specs? Answer: Fluorescent lighting in a tamper resistant / impact resistant fixture. Question 14: What are the electrical specs? Answer: Should be able to support both 110 and 220. Must ensure audio/video capability back to the AV and C2 PODs. Question 15: What size window is needed? Answer: No windows required for interrogation purposes; but again, must have audio/video capability back to the AV and C2 PODs. Question 16: What color do these offices need to be, and what type of paint should be used? Answer: Desert Tan; however, color is immaterial, since they will be inside another building. Preference is rust resistant. Question 17: How many receptacles are needed? Answer: 2 x Electrical Outlets per booth, 4 x Cat5e (RJ45) receptacles per booth, 3 x External RCA jacks per booth, and 2 x 3.5mm audio jacks(Should allow for us to plug in monitoring equipment in the outside wall of the booth to run back to the AV booth. Question 18: Who is expected to install these? Government? Contractor? Answer: Contractor - specialized technicians will be required to provide hands-on assembly and operator training upon delivery. Proposal period is hereby extended to 1600 (4pm) CST, Wednesday, 9 December 2009. All other terms and conditions of this synopsis/solicitation apply and remain unchanged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/218aa799b654098a25593b8374579b27)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02017092-W 20091206/091204235452-218aa799b654098a25593b8374579b27 (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 |