Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2007 FBO #1878
MODIFICATION

R -- Site Security Service

Notice Date
1/15/2007
 
Notice Type
Modification
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Multi-National Forces Iraq, Joint Contracting Command Iraq, JCCIA - Reconstruction (F&T), PCO Annex Baghdad, APO, AE, 09348, IRAQ
 
ZIP Code
00000
 
Solicitation Number
W91GXZ-07-R-0010
 
Response Due
3/2/2007
 
Archive Date
3/17/2007
 
Point of Contact
Derek Karis, Contracting Officer, Phone 703-544-1487, - ALICE BAILIN, Contract Specialist, Phone 703 544-6959,
 
E-Mail Address
Derek.karis@pco-iraq.net, alice.bailin@pco-iraq.net
 
Description
Joint Contracting Command Iraq/Afghanistan will solicit site security services for personnel, facilities and cargo at two warehouse, distribution, and staging area sites that are part of Gulf Regional Division (GRD) Reconstruction Logistics Supply Chain Management System. The period of performance for this effort will be one base year with two option years. These sites are located at Baghdad North/Abu Guraib and the Port of Umm Qasr. The Baghdad North/Abu Guraib warehouse, distribution and staging site is a 7 sq km wholesale facility north of the Baghdad International Airport. The facility is located 5 km from the Baghdad International Airport and employees approximately 1,000 to 1,200 permanent party personnel. The Port of Umm Qasr facility has a 19,250 square meters main compound that employees approximately 350 Iraqi employees and ex-patriots. The contractor shall develop a management structure that will ensure the efficient and effective accomplishment of all tasks and quality of support and provide all necessary equipment and manning to execute 24/7 operations, with all necessary resources and equipment to ensure uninterrupted outer perimeter security at the Supply Chain Management System. In addition, the contractor shall perform routine foot and vehicle roving patrols of the outer perimeter to evaluate potential threats and structural integrity of the fence and/or walls that surround the site as well as man the security towers along the perimeter 24/7. The contractor shall ensure there is an armed presence at all Entry Control Points including a separate guard team and search team and provide the necessary resources and manning to escort labor personnel and/or visitors. The guard team and search team shall check doors, windows, unauthorized activity, preventing theft, check the security of all vehicles, and conduct daily random identification check, man security towers and defensive fighting position. The Quick Reaction Force (QRF) team shall consist of 4-13 people, depending on the situation, that will be able to response to unusual or hostile situations that may occur. The QRF team shall be equipped with vehicles and have access to a variety of weapons to resolve hostilities with a response time of 5-15 minutes. The contractor shall ensure that all security personnel at Baghdad North/Abu Guriab are Peshmergas and all security personnel at the Port of Umm Qasr are Fijians. All security personnel shall be properly vetted and approved by the Contracting Officer?s Technical Representative (COTR) prior to contract execution and be equipped with uniforms, tactical gear, weapons, communication equipment capability, flashlight, and whistle. The contractor shall ensure that all personnel complete at least 20 hours of classroom and field training with sufficient United States or Western security specialist to oversee those training. An English speaking Operations Manager(s) shall be provided on each respective site that will be the primary point of contact for the respective site commanders and COTR as well as provide the resources and manning to establish an operations center with each site. The contractor shall develop and execute a plan to effectively report any unexploded ordinance that enters the site perimeter to coalition Explosive Ordinance Disposal (EOD) personnel; however, the contractor shall not be responsible for disposal of unexploded ordinance but facilitate coalition EOD personnel in the proper disposal of the unexploded ordinance. Canine explosive detection services shall be provided by the contractor at each ECP with performance of daily sweeps of the external perimeter and daily sweeps of the internal compound. Life support will be provided by the Government at the two existing Strategic Supply Chain Management System locations; however, the contractor shall be responsible for any additional life support to the existing sites to effectively bed down personnel. The contractor?s existing quality assurance system will serve as a substitute for full-time Government oversight and inspection. The contractor shall meet all the special reporting requirements such as; incident reporting and daily situation reporting. An emergency Evacuation plan shall be developed by the contractor for both sites if the perimeter integrity is breached or overrun by anti-Iraqi forces or insurgent activity. Without additional cost to the Government, the contractor shall also obtain any necessary licenses and permits in connection with the execution of the work and be able to secure insurance necessary to cover any liability of losses obtained during operations. The contractor shall be responsible for adherence to all U.S. Government, Coalition and Iraqi laws and regulations associated with operations in Iraq especially regarding weapons, badges, licensing, registration and compliance. The government intends to issue a solicitation on or about 1 February 2007.
 
Place of Performance
Address: Baghdad, Iraq, APO AE
Zip Code: 09348
Country: IRAQ
 
Record
SN01211831-W 20070117/070115220048 (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  © 1994-2020, Loren Data Corp.