Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2004 FBO #0874
SPECIAL NOTICE

99 -- RFI-Iraqi Police Counter Terrorism and Special Ops Division- Logistics Support and Equipment

Notice Date
4/16/2004
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities 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-LogSpt
 
Response Due
4/23/2004
 
Archive Date
5/8/2004
 
Point of Contact
Ellen Adams, Contracting Officer, Phone 703-239-9224, Fax 703-239-9227,
 
E-Mail Address
adamse@orha.centcom.mil
 
Description
Description The project location is Baghdad, Iraq. The Iraqi Ministry of Interior (MOI) Counter-terrorism and Special Operations (CT-SO) Division has a requirement for service support and logistics in Baghdad, Iraq. The work will include base operations, logistical/administrative services and equipment procurement to support Iraqi Police Counter-terrorism and Special Operations Division training program. It is expected that the contractor will work closely with U.S. Government and MOI CT-SO personnel to develop service requirements and provide support to ensure the successful implementation of the training program. The support services included facilities maintenance, logistical/administrative support, and procurement of supplies/equipment. U.S. Government and MOI CT-SO personnel projects that it will train up to 400 personnel (not limited). It is planned to utilize a firm-fixed price or cost reimbursable type contract on the basis of best value. The contractor shall provide logistical services and equipment to ensure the effective and safe-operation of the training facility and all required support functions. This may include, but is not limited to, providing maintenance for all vehicles, buildings, grounds, ranges, training venues, ammunition/explosive storage bunkers, dining facilities and workshops. The contractor shall provide the necessary management and staff personnel to perform the services for the day-to-day operations of the facility on a 24 hour/7 days a week schedule. This includes, but is not limited to, janitorial services, food preparation and service, landscaping, repairs, target construction and warehouse facility operations. The contractor shall provide warehouse service operations in each country to include, receipt, customs clearance, security, inventory, transportation, packaging and distribution of all equipment to include HAZMAT. The contractor shall operate a dining facility where required. The contractor shall procure and provide all equipment identified as necessary to accomplish the program objectives to include, but not limited to, armored vehicles, vehicles, medical supplies, ammunition, targets and targeting systems, tools, lighting, electronic parts, refrigerators, and athletic equipment. The Contractor is responsible for the delivery of all equipment to the facility and any security measures associated with transportation to the site. The U.S. Government will provide force protection for the safe transportation of expatriates, third country nationals (TCN) and local Iraqi nationals. Contract personnel from the Baghdad International Airport to the training facility to include but not limited to other areas. Contractor expatriate and TCN personnel travel in and around Baghdad will be coordinated with U.S. Government provided force protection. The North American Industry Classification System (NAICS) is 561210. Performance period is 01 May 2004 through 31 April 2005. This action will be awarded under full and open competition. The base year project magnitude is between $25,000,000 and $100,000,000. All prospective offerrors must have a Commercial and Government entity (CAGE) Code and be registered with Central Contractor Registration (CCR at http://www.ccr2000.com). Release of the solicitation will be via the Internet only. Interested parties may download the solicitation from www.fedbizopps.gov ; where it will be posted on or about 21 April 2004. No paper copies of the solicitation will be issued. The closing date and time for submission of offers will be contained within the solicitation package. When the solicitation is posted, it is imperative that interested parties review the website frequently for any updates/amendments. POC: Maj Ellen Adams, Phone (703) 343-9225, email: adamse@orha.centcom.mil or alternate POC TSgt Scott Strout, Phone (703) 343-9225, email: strouts@orha.centcom.mil or alternate POC LCDR Michael Renegar, Phone (914) 822-5235, email: renegarm@orha.centcom.mil Original Point of Contacts Maj Ellen Adams, Contract Officer, Phone 703-343-9225, Email: adamse@orha.centcom.mil - TSgt Scott Strout, Contract Specialist, Phone 703- 343-9225, Email: strouts@orha.centcom.mil ? LCDR Michael Renegar, Program Management, Phone 914-822-5235, Email: renegarm@orha.centcom.mil
 
Record
SN00567772-W 20040418/040416212644 (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  © 1994-2020, Loren Data Corp.