Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2004 FBO #0966
SOLICITATION NOTICE

R -- Mod Annex Security, U.S. Mission Iraq

Notice Date
7/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
561612 — Security Guards and Patrol 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-9021
 
Response Due
7/23/2004
 
Archive Date
8/7/2004
 
Point of Contact
MARCUS OVERBAY, Contract Specialist, Phone 703-343-9222, - MARCUS OVERBAY, Contract Specialist, Phone 703-343-9222,
 
E-Mail Address
marcus.overbay@cpa-iq.org, marcus.overbay@cpa-iq.org
 
Description
Static Facility Security Statement of Work 1. Purpose of Requirement: The intent of this requirement is to obtain high quality security services for the Ministry of Defense (MOD) Annex which will house the offices of the Multi-National Security Transition Command-Iraq (MNSTC-I). The contractor will be required to provide program management, static site protection and facility access control in cooperation with the J3 staff of MNSTC-I. 2. Work Requirements: The services provided by the contractor shall encompass all of the following areas: Work Plan: Within two days of contract being awarded the contractor will provide the Government with a written (electronic and hard copy) detailed work plan to accomplish all of the work requirements as outlined to include all necessary equipment purchases, subcontracts and operational issues associated with this effort. The contractor will follow up with monthly work plans. The COR and contractor Project Manager shall modify the work plan, as required, to document all activities and purchases conducted under the contract. Project Management: The Project Manager will develop a structure that will closely manage all of his assets in cooperation with the Force Protection office of J3, MNSTC-I. He will be responsible for the proper recruitment, coordination, planning, resourcing and training of all contracted members/teams to ensure that the most professional services are provided for at all times. Guard Force Operations Officer: The Guard Force Operations Officer will be responsible for the management, welfare, discipline and administration of the static guard force. He will identify an internal guard force chain of command. He will organize and supervise the shift rotational work on a 24 hours a day, 7 days a week basis. He will establish and maintain an Operations Center that will provide command and control of the facility security services in cooperation with J3, MNSTC-I. He will assess and address all ongoing security requirements to J3, MNSTC-I. Static Guard Force Personnel: The Static Guard Force will be responsible for providing sentry manning at four tower locations. Will provide, as appropriate both inside and outside, a facility grounds sweep for security purposes. Will provide personnel to efficiently operate one vehicle entry control point (ECP) and two personnel entry control points. 3. Contractor Responsibilities: The contractor selected for issuance of a contract, as a result of the selection process initiated under this action, will be responsible for including in the price all costs associated with mobilization and costs exclusively as stated within the SOW. It is anticipated that, over time, the Ministry of Interior may promulgate regulations, or other laws or regulations may be enacted, which govern the operation of security service contractors. Mission Assumption: The contractor shall be required to be fully mission capable with 13-17 personnel, this includes one operations officer, no later than fourteen (14) days after the contract being awarded. Insurance: The contractor shall be responsible for maintaining insurance in the types and amounts as required by the Government or by law or regulation to include Iraqi law. All costs associated with such insurance are the responsibility of the contractor and must be included in the price. In/Out of Theater Travel Costs: The contractor shall be responsible for individual rotation travel costs that must be included in the price. Weapons Cards and Identification Cards: The contractor shall provide qualified personnel who have appropriate weapon and identification cards in accordance with requirements established by the Government by law or regulation, to include Iraqi law. Inclusive in this may be appropriate weapon and identification cards required by other various Middle Eastern countries as applicable. Personnel Qualifications Project Manager: A minimum of twelve (12) years of military experience. A minimum of three (3) years of commercial security management experience. Must have a positive criminal history check. Possesses or has ability to attain a Secret/Interim Secret security clearance. Fluent in English; both oral and written. Guard Force Operations Officer: A minimum of twelve (12) years of military experience with demonstrated training and supervisory skills. Must be able to train in the following areas: static guard procedures, interior/exterior patrols, ECP operations, VBIED/IED recognition, communications, weapons handling/employment and Rules of Engagement (ROE). Must have a positive criminal history check. Possesses or has ability to attain a Secret/Interim Secret security clearance. Fluent in English; both oral and written. Static Guard Force Personnel: Will be a Third Country National. Will have a minimum of three (3) years of military experience with or in cooperation with US, British or Australian Military Forces. Must be trained in the following areas: static guard procedures, interior/exterior facility patrols, ECP operations, VBIED/IED recognition, communications, weapons handling/employment and Rules of Engagement. Must have a positive criminal history check. Able to speak and understand conversational English. 4. Contractor Furnished Equipment (CFE): The contractor will provide for all administrative and logistical support including lodging and food services and transportation to and from the work site. The contractor will provide all operational equipment required. Side arms are not required. All costs associated with the provision and maintenance of the CFE shall be the responsibility of the contractor and must be included in the price. The contractor is responsible for complying with any and all laws and regulations regarding the importing, purchasing and transportation of all CFE. 5. Government Furnished Equipment (GFE): The Government will provide security and intelligence updates as required. The Government will provide for work space and reasonable office supplies. Every attempt will be made to ensure all contracted personnel have all of the resources required to provide the best security for each mission they are responsible for. 6. Supporting Information: The period of performance is six months followed by three six month options. The Government Point of Contact is MSG Reich, MNSTC-I, MNF-I, email: reichj@orha.centcom.mil.
 
Place of Performance
Address: Ministry of Defense MOD Annex, Baghdad, Iraq, International Zone, POC @ Contracting Activity is Marcus Overbay or Lloyd Blackmon marcos.overbay@cpa-iq.org lloyd.blackmon@cpa-iq.org, , APO AE 09316
Zip Code: 09316
Country: Iraq
 
Record
SN00625777-W 20040719/040717211648 (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.