Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOURCES SOUGHT

99 -- DEPARTMENT OF DEFENSE (DOD) COUNTER NARCOTERRORISM TECHNOLOGY PROGRAM OFFICE (CNTPO) FORWARD LOGISTICS SUPPORT

Notice Date
7/17/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
ID04120193
 
Point of Contact
Amy Venckus, Phone: (813) 458-9276
 
E-Mail Address
amy.venckus@gsa.gov
(amy.venckus@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY NOT A REQUEST FOR PROPOSALS. PLEASE RESPOND TO THE EMAIL ADDRESS PROVIDED ABOVE IF YOU HAVE POTENTIAL INTEREST IN THE BELOW DESCRIBED PROCUREMENT. NO PHONE CALLS PLEASE. EMAIL ONLY NEEDS TO STATE INTEREST AND REFERENCE SMALL BUSINESS APPLICABILITY. Work is to be accomplished for the DoD Counter Narcoterrorism CNTPO herein referred to as the Client through the General Services Administration (GSA), Federal Acquisition Service (FAS), Assisted Acquisition Services Division (AASD), Southeast Sunbelt Region. The DOD CNTPO was established to create Counter Narcoterrorism Technology (CNT) networks, infrastructure, and capabilities worldwide that are focused on the detection, identification, and disruption of narcoterrorist activities and organizations. The CNTPO currently is responsible for providing contract oversight on multiple DoD contracts involving supply and service orders in the CENTCOM AOR. In order to provide adequate oversight, it is necessary for CNTPO to be forward-deployed to Kabul, Afghanistan. The scope of this effort is to provide all services required for CNTPO to maintain a basic, operational support cell (called CNTPO-Forward) in Kabul, Afghanistan. There will be two (2) full time permanent personnel in the CNTPO-Forward support cell requiring support under this order. There may be an additional two (2) full time permanent personnel in the CNTPO-Forward support cell requiring support under this order. There will be a variable number of personnel visiting the CNTPO-Forward support cell for variable lengths of time requiring support under this order. The services requirements presented below include static (will not likely change) and variable requirements in terms of the number of personnel, vehicles, etc, that will be needed for any given duration. All services identified herein, except for vehicle maintenance shall be within the proposed compound or facility. These services shall be provided as specified regardless of the actual number of personnel deployed. 1. Living Quarters: The contractor shall provide secure lodging services in Kabul, Afghanistan, for two (2) permanent personnel, with ability to expand to four (4) permanent personnel. The current arrangements at Camp Integrity include 1 single Villa for the Government personnel and 1 two-man villa for Contractor personnel. At a minimum, the contractor shall provide single occupancy rooms for Government personnel with a bedroom, private bath, and an adjoined living/working area. The bed mattress sets shall be new commercially procured Western-style hotel quality box-spring plus mattress sets. Each room shall contain a permanently affixed wall/foot locker, capable of being locked with a standard pad lock. Each room shall be fully furnished with a desk and chair, coffee and end tables, couch, and an entertainment center with a television, DVD player, and access to cable programming and internet service. Each room shall have internet service with a minimum connection speed of 512 Kbps upload and 2Mbps download. The bath shall be Western style with a stand up shower, bathtub, toilet, sink and vanity mirrors. The bath should have a non-skid bath floor mat. Each bedroom should have a permanently affixed metal lock box for valuables (minimum 2.0 cu ft and should support at least the size of a laptop), capable of being locked with a standard padlock. Each living quarters should contain a microwave (minimum.7cu ft), and a refrigerator (minimum 3.6 cu ft). It is desired that all living quarters shall be located in close proximity. 2. Office Space: The contractor shall ensure that the living quarters provide enough space for a functioning office. Each office space shall have the following: •One desk (typical US office furnishings) •One desk lamp (typical US office furnishings) •One desk chair (typical US office furnishings) •One visitor chair (typical US office furnishings) •Internet service (minimum connection speed of 512 KBps upload and 2MBps download) •Three 5-plug surge-protector power strips with universal plugs that take at a minimum Afghan and United States plugs •One permanently affixed lockable storage cabinet with shelves (minimum 18"D x3'W x6'H), capable of being locked with a standard padlock. 3. MWR Amenities: The contractor shall provide on-site access to standard MWR amenities which shall, at a minimum include full access to fitness equipment (both weights and cardio equipment are desired) and a common/lounge area. 4. Housekeeping/Maintenance: The contractor shall provide daily housekeeping service to each room including wash and fold laundry services (picked up and delivered at a minimum 3x per week) and 24/7 on call maintenance service. Housekeeping services shall, at a minimum, include: •Cleaning of floors, fixtures, and surfaces •Removal of trash from the trash cans and replacement of trash can liners •Making of beds •Changing of bed linens, blankets and towels (at a minimum of 1x per week) •Air handlers, HVAC, and air conditioning units shall be cleaned as per manufacturers recommended guidelines (including filter replacements as needed) 5. Dining: The contractor shall provide western style meals to all personnel supported under this order, to include drivers/translators/interpreters when required, with a minimum provision of a breakfast, lunch, and dinner service daily. "To-go" meals or "substitute" meals shall, at a minimum, be available for pick-up between the hours of 0500 and 2200. The requirement to provide to-go meals will be communicated with at least 4 hours notice (requests for to-go breakfast will be communicated prior to 2100 local time the previous day). The Contractor shall track the meals consumed per person, bill, and report accordingly. 6. Vehicle storage: The contractor shall provide the capability to park up to 4 armored vehicles within a guarded compound. 7. Vehicle Maintenance Service: The contractor shall provide vehicle maintenance for 4 government-owned up-armored SUV vehicles. This vehicle maintenance shall be in accordance with manufacturer's recommended guidelines for the armored Toyota Land Cruisers vehicles. This includes the maintenance of any up-armored portions of the vehicles in accordance with the armor manufacturer's recommended guidelines. The government representative shall drop-off and pick-up the vehicles for maintenance servicing. The contractor shall provide vehicle maintenance and repair services, on an as-needed basis due to wear and tear caused by local conditions, within 24hours of notification. Any repairs beyond standard maintenance services shall be coordinated with the local CNTPO representative and approved in advance. 8. Vehicle fueling service: The contractor shall provide regular unleaded fuel and fueling service for up to 4 armored vehicles. 9. Security: For all services, the contractor shall provide 24 hour dedicated security service. At a minimum, this security shall consist of a protected perimeter, multiple entry/exit gates with armed guards and a stand-off exclusion zone between the occupied facilities and public access. The onsite security staff shall perform 100% vehicle searches, individual searches, static and roving posts 24 hours a day 7 days a week. The contractor shall provide evidence that site security services are approved by the U.S. Embassy in Kabul as adequate for U.S. personnel. 10. Ground Transportation: - Driving & translation services: The contractor shall provide up to two (2) drivers/translators/interpreters to operate the government-owned and/or contractor provided vehicles. Primary locations will be in and around Kabul, but could include some remote locations. Local and US military regulations and policies shall be followed for all personnel movement, including those related to force protection. Minimum requirements for each driver/ translator/interpreter includes but is not limited to: •The ability to communicate verbally in (at a minimum) English, Dari, and Pashto. •Familiarity with the roads and routes between U.S. Forward Operating Bases (FOBs), International bases of operation, and Afghanistan government complexes in Kabul. •Required documents to legally drive in and around Kabul, Afghanistan. •Capable of operating both manual and automatic transmission-equipped vehicles. -Armored vehicle: Contractor to provide secure armored vehicle to be used for local transportation in and around the Kabul area but could include remote locations. Vehicle should be capable of carrying at least 5 adults and their equipment. Desired level of vehicle armament is B6. 11. Miscellaneous and Incidental: The contractor shall provide professional support services as identified by the forward-deployed CNTPO Director. This service may include: a. The procurement of minor equipment, office supplies and equipment, and ancillary services NTE $ 15,000.00; however, expenses must be approved in writing by the COR prior to purchase. b. Vehicle fuel NTE $ 15,000.00 12. Meeting Facility: The contractor shall provide a meeting facility capable of comfortably seating for no more than 8 persons with a 2-3 day notification. The meeting room shall contain an international phone conferencing capability, white board and a large wall-mounted monitor or screen/projector for presentations. 13. Optional Requirements: - Armory: The contractor shall provide a secure armory and weapons maintenance service, including the ability to check-in and check-out weapons and ammunition. The armory and weapons maintenance service is for the government-owned 9mm and M4 weapons (planning factor of 10 weapons of each type). The contractor shall maintain the sign in and out log and account for all weapons/ammo at all times. Contractor shall provide the sign in and out log for inspection upon request of the CNTPO Program Director, Deputy Program Director, COTR, COR, or KO upon request. The contractor shall provide direct access to stored weapons as needed 24/7 to CNTPO-Forward personnel. - Armored Vehicle Support: The contractor shall provide a secure armored vehicle within 24 hours of request. The vehicle provided should be capable of carrying at least 5 adults and their equipment and be armored to at least level B6. The support shall include fuel, fueling services, and maintenance of the vehicle. - Driver/Translator/Interpreter Services: The contractor shall provide up to two (2)drivers/translators/ interpreters within 24 hour notice to operate the government-owned and/or contractor provided vehicles. Primary locations will be in and around Kabul, but could include some remote locations. Local and US military regulations and policies shall be followed for all personnel movement, including those related to force protection. Minimum requirements for each driver/translator/interpreter includes but is not limited to: •The ability to communicate verbally in (at a minimum) English, Dari, and Pashto. •Familiarity with the roads and routes between U.S. FOB's, International bases of operation, and Afghanistan government complexes in Kabul. •Required documents to legally drive in and around Kabul, Afghanistan. •Capable of operating both manual and automatic transmission-equipped vehicles. 14. Vehicle Fueling Service: The contractor shall provide fuel and fueling service for any leased vehicles required under Section 4.1. The fuel will be paid for out of the miscellaneous equipment portion of this contract as identified under Section 3.10. 15. Temporary Lodging: The Contractor shall, within 14 days notice, provide additional lodging services for transient personnel. Lodging shall meet the requirements specified in Section 3.1 through 3.4. For planning purposes only, the contractor should assume that ad hoc lodging will be required for 1-4 personnel at a time for approximately 10 days or less.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2900a20307220a8cd5439eb96ddcd414)
 
Place of Performance
Address: The primary place of performance is in Kabul, Afghanistan. The current CNTPO Forward Office is located at Camp Integrity and is the Government preferred location. The alternate performance area includes the Contractor’s facility or other vendor facilities (off-site). Place of delivery for materials ordered under this order may be any of the following: Government Task Leader (NSWCDD, Dahlgren, VA); CNTPO-FWD main office (Kabul, Afghanistan)., United States
 
Record
SN02805731-W 20120719/120718000110-2900a20307220a8cd5439eb96ddcd414 (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 |
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.