Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
SOLICITATION NOTICE

R -- ZBV Support Services

Notice Date
9/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, ACC-AFG (W91B4N) RCC-AFG, APO, APO AE, Non-U.S., 09354, Afghanistan
 
ZIP Code
00000
 
Solicitation Number
W91B4N19R2007
 
Point of Contact
Christina M. Lord,
 
E-Mail Address
Christina.m.lord.civ@mail.mil
(Christina.m.lord.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States (US) Government is publishing this notice in accordance with Federal Acquisition Regulation (FAR) Subpart 5.201. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does it guarantee or exclude your participation in the forthcoming acquisition process. On behalf of the US Forces - Afghanistan (CSTC-A), the Regional Contracting Center-Afghanistan (RCC-A) under the Army Contracting Command-Afghanistan (ACC-A), has a requirement to obtain Z-Backscatter Van training/mentoring and operation at Kabul, Afghanistan Green Zone. This is a non-personal service contract for the operation and employment of Z Backscatter Vans in the Kabul Enhanced Security Zone (ESZ). The Contractor shall utilize vehicle screening capabilities comprised of the Z Backscatter Van, Automatic Vehicle Inspection System (AVIS) and trace detection technology to manually and electronically scan Afghanistan National Defense Security Force (ANDSF) identified vehicles that seek entry into the Kabul City through City Gates (CG), the Enhanced Security Zone (ESZ), Green Zone (GZ) Checkpoints (CP) and other locations as designated by the Government of the Islamic Republic of Afghanistan (GIRoA). Additionally, for commercial vehicles, the Contractor shall compare the vehicle manifest or bill of lading (BOL) with the ZBV/AVIS site picture and make an assessment as to whether or not the ZBV/AVIS site picture reflects what is on the manifest/bill of lading. The contractor shall then pass their assessment to the requisite onsite Afghan National Defense Security Force (ANDSF) personnel for further action as warranted. The Contractor shall provide Mobile Guards in support of ZBV/AVIS site locations under the authority of the (GIRoA). The Contractor shall support (GIRoA) by performing security operations throughout CG, ESZ, GZ, and CPs in Kabul, Afghanistan. The Contractor shall provide all management, supervision, tools, supplies, equipment, and labor necessary to perform all operations. The Contractor shall provide vehicle scanning services and mobile guards 24 hours/day, 7 days/week at approximately 8 to 15 locations. The Contractor shall be responsible for obtaining any necessary business licenses, separate PSC license, individual US arming authorizations, and individual Afghan arming permits, visas, and any other authorizations required to perform this contract and for complying with any laws, codes, and regulations applicable to the performance of work in the host country-including commercial registration to carry arms as registered as a private security company registered with the Government of the Islamic Republic of Afghanistan ( GIRoA) and operate as a business in Afghanistan required by Afghan law. Contractors performing work under this contract shall possess an Afghanistan Business License from the Islamic Republic of Afghanistan Ministry of Commerce and Industries, or equivalent. The Contractor shall also possess a Private Security Company (PSC) license issued by the Afghanistan Ministry of Interior (MoI) for life of the contract. All Contractors shall submit a current copy of their Islamic Republic of Afghanistan Ministry of Commerce and Industries, or equivalent and PSC license in Dari and English with their proposal. All armed Contractors shall qualify for and possess an arming authorization signed by Commander (CDR) USFOR-A or his designee prior to carrying a weapon pursuant to USFOR-A Frago 16-143 Mod 1, or as subsequently updated. The Contractor personnel shall ensure armed personnel carry the arming authorization memorandum and GIRoA permits on their person while performing armed duties. At a minimum, ZBV operator trainers shall be proficient at writing and speaking English and Dari. Trainers should have previous experience conducting the type of training required by this contract in an environment similar to Kabul, Afghanistan. A minimum of three (3) trainers shall be American Science and Engineering (AS&E) certified. The anticipated North American Industry Classification System (NAICS) code for this requirement is 561612 - Security Guards and Patrol Services, with a Size Standard of $20.5M. This U.S. industry comprises establishments primarily engaged in providing guard and patrol services, such as bodyguard, guard dog, and parking security services. The anticipated Product Service Code is S206, Housekeeping - Guard. The US Government hereby notifies potential offerors that the solicitation and any subsequent amendments to the solicitation may only be available by downloading the documents at https://www.fbo.gov. It is the responsibility of interested offerors to monitor the Government Point of Entry via the Internet at https://www.fbo.gov for additional information, to include future information, pertaining to this requirement. The Government anticipates release of the solicitation on or about October 2018. The requirement may consist of a twelve (12) month base period, four twelve (12) month options under FAR Clause 52.217-9 - Option to Extend the Term of the Contract, and up to a six (6) month option under FAR Clause 52.217-8 - Option to Extend Services. All interested vendors that want to participate and submit a proposal in response to a future solicitation must have an active registration Joint Contingency Contracting System (JCCS). In addition to JCCS registration, United States companies must also be registered in System for Award Management (SAM). Lack of registration in the SAM or JCCS database at time of proposals submission will make an offeror non complaint and ineligible for award. The information and registration can be accomplished at: https://www.jccs.gov/olvr/bta_olvr_reg_guide_faqs.aspx. In addition, all subcontractors/suppliers at all tiers, who the prime contractor will contract with during the life of the contract, shall also be registered in JCCS at the time of proposal. SAM Registration: Only vendors who are from the United States shall be registered and current in the SAM database and have an active Dun & Bradstreet (DUNS) number at the time of proposal submission. Interested vendors can find more SAM information at the following website: https://www.sam.gov/portal/SAM/#1. Responses to this RFI must address at a minimum the following items: 1.) Commercial Item (As defined by Federal Acquisition Regulation 2.101): a. What services of this requirement (specifically operation or training/mentoring), if any, are available commercially? b. What would the higher cost service under this contract, operation of the ZBVs or training/mentoring operation of the ZBVs. c. For those service that are available commercially, provide specific instances where those services are provided commercially. 2.) Product Licenses: a. What specific licenses are required for this requirement? b. How long would it take to obtain the required license(s) for this requirement? 3.) JCCS: a. If you have an active JCCS registration, provide the Identification Number. b. If you do not have an active JCCS registration, state that you do not have an active JCCS registration, and when you expect to have an active registration. Interested Vendor's are requested to submit a response to this RFI of no more than three (3) pages in length with Times New Roman font of not less than 10 pitch. The deadline for responses to this request is no later than 2 pm, Local Afghanistan Time, 16 September 2018. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Christina Lord, christina.m.lord.civ@mail.mil. NO PHONE CALLS WILL BE ACCEPTED. All questions must be submitted to the Contract Specialist identified above no later than 2 pm, Local Afghanistan Time, 15 September 2018. The Government will not respond or provide any additional information other than that provided in this announcement. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b2a5421bf2e7381ee6f0a240c4a70e96)
 
Record
SN05086415-W 20180914/180912231326-b2a5421bf2e7381ee6f0a240c4a70e96 (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.