Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

M -- Combined Synopsis/Solicitation for Rest and Recuperation Pass Program (R2P2) at Camp As Sayliyah, Qatar

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-R-0158
 
Response Due
6/5/2009
 
Archive Date
8/4/2009
 
Point of Contact
Vanessa Allardyce, 309-782-0198<br />
 
E-Mail Address
US Army Sustainment Command
(vanessa.allardyce@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
It is anticipated that a Firm-Fixed Priced contract for the operation of the Rest and Recuperation Pass Program (R2P2) at Camp As Sayliyah, Qatar. The supplied services shall meet the specifications, terms and conditions contained herein. Performance Work Statement: 1.0.Scope The US military requires the operation of its Rest and Recuperation Pass Program (R2P2) at Camp As Sayliyah, Qatar, in order to maintain accurate and transient accountability and provide personnel services to all Department of Defense (DoD) Civilian and Service Member personnel throughout the Central Command (CENTCOM) Area of Responsibility (AOR). The Contractor shall operate, manage, maintain, and provide the R2P2 customer service actions described in this Performance Work Statement (PWS) at Camp As Sayliyah, Qatar, to military and DoD civilian personnel while they are on Rest and Recuperation (R&R) at Camp As Sayliyah, 24-hours per day, seven days per week. The Contractor shall facilitate the billeting of all incoming soldiers that arrive at Camp As Sayliyah, Qatar. It is the responsibility of the Contractor front desk staff to brief the incoming Service Members (SMs) on camp rules and regulations, post orientation (map), services offered, venues available, venue sign-up procedures, sponsorship, chaplain services, and customer service. 2.0.Period of Performance The period of performance is for one (1) year with four (4) one-year option periods, if exercised, will commence upon the expiration of the base period and previous option periods, as applicable. In Accordance With (IAW) FAR 52.217.9, the total of the base and option periods shall not exceed 5 years. 3.0.Personnel Qualifications The Contractor shall provide a Program Manager with management skills to oversee Contractor personnel at the Camp As Sayliyah, Qatar, and the execution of the R2P2 mission IAW this PWS. The Contractor Program Manager (PM) will be the single point of contact for the R2P2 Officer in Charge (OIC)/Contracting Officer Representative (COR). The Contractor PM will be located onsite in Qatar and work closely with the COR, Quality Assurance Representative (QAR), and Administrative Contracting Officer (ACO) in the performance of this effort. Due to the mission requirements and necessary agency coordination with various DoD units, other contractor personnel, and local vendors, a combination of Ex-Patriot (EXPAT) and Third Country National (TCN) personnel is required. CENTCOM shall provide U.S. Military or DoD personnel to act as R2P2 OIC, Non-Commissioned Officer in Charge (NCOIC), Team Leaders, Wing Drivers, and Liaison Officers (LNO). These U.S. Military or DoD personnel will work in combination with EXPAT and TCN R2P2 Contractor personnel in order to execute the requirements, however, are not to be taken away for Contractor responsibility to satisfy the PWS requirements. This contractor shall utilize a combination of EXPAT and TCN personnel. EXPATS may be used in lieu of TCN personnel, but TCN personnel cannot be used in lieu of EXPAT personnel without approval from the COR and direction of the ACO. The EXPAT required positions to execute the R2P2 mission of six (6) to eight (8) venues per day will be as follows: R2P2 Functional PositionEXPAT Requirement Front Desk Lead2 Sponsorship Program and Venue Briefer2 Wing Driver8 All EXPAT and TCN Contractor personnel shall be proficient in reading, writing and communicating in English. All contract employees shall also have in-depth customer service experience rendering them able to meet requirements of the R2P2 mission. Experience with public speaking is required to coordinate and deliver briefings to large groups of personnel. All EXPAT and TCN Contractor personnel shall be responsible for safeguarding information of a confidential or sensitive nature IAW Army standards. Failure to safeguard any confidential or privileged information which may involve the contractor or the contractors personnel or to which they may have access may subject the contractor and/or the contractors employees to criminal liability under Title 18, section 793 and 7908 of the United States Code. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. All EXPAT Contractor personnel shall be required to obtain a National Agency Check clearance prior to start date on the contract, adhere to the installation security requirements, and maintain their clearances throughout the period of performance. All EXPAT and TCN Contractor personnel shall present and maintain high standards of professionalism. Contractor personnel shall take initiative, have good attention to detail, and possess quality, professional customer service skills. The EXPAT and TCN Contractor personnel shall possess a working knowledge of Microsoft Office Suite to include Outlook, Excel, Word, Access, PowerPoint, and other essential computer applications and web-based applications. 4.0.Front Desk Tasks 4.1.R&R In-Processing The Contractor shall In-Process all R&R participants to include the following tasks: a.Direct SMs into briefing room. b.Conduct Welcome Brief to include post policies, four (4) day pass structure, amenities provided on post, sponsorship program, R&R venues, and answer any questions personnel may have. c.Inform R2P2 OIC and NCOIC of all senior personnel (O-6, E-9 and civilian equivalents). 4.2.R&R Out-Processing The Contractor shall manage the Out-Processing of R&R participants to include the following tasks. a.Direct SMs into briefing room and ensure their personal equipment and baggage is secure. b.Hand out R&R comment cards for SMs to complete. c.Direct SMs onto the bus for transportation to airfield at Al Udeid, Qatar. 4.3.Venue Briefs The Contractor shall conduct Daily Venue Briefs to SMs to include: a.Advertise and announce daily venue brief to SMs prior to start time at 1400. b.Organize R2P2 SMs into number of day priority groups starting from Day 0 through Day 3 participants. c.Accurately brief which venues are offered, report times, price, what the venues will consist of, ensure personnel are aware of off-post rules and regulations, and answer any questions. d.Oversee venue sign-up on R&R Trip Manifest (Exhibit 1) immediately following the brief by performing the tasks listed below. i.Verifying each SM is in the correct day priority group based on LNO generated manifests. ii.Ensuring SMs only sign up for themselves and not for other personnel. iii.Ensuring the proper amount of money (cash or Eagle Cash) is collected and documented for vendor venues on the R&R Trip Manifest. The cost of each vendor venue is specific to each event and briefed during the venue brief to all SMs. 4.4.Venue Schedules The Contractor shall notify vendors as specified by OIC/NCOIC of their venue schedule as outlined below: a.Send a daily e-mail to vendors informing them of their venue schedule for the next three days. b.Call vendors every evening at 2000 to inform them of the vehicle report time. c.Ensure vendors are informed of the number of personnel on the manifest to include the following sub tasks: i.Call the evening prior at 2000. ii.Cancel venues as appropriate keeping the best interest of the R&R SMs and the vendor contract (i.e. less than 10 signed up, overflow money to pay for extra seat, etc.). This occurs at 2000 each night when vendors are notified if the venue is a go or no-go for the following day. 4.5.Vehicle Escort The Contractor shall escort buses and Sport Utility Vehicle (SUVs) on and off post. Escort tasks include the following: a.Meet the vehicle at the gate at the designated report time (typically 5 SUVs and 5 buses in the morning and 2 buses in the evening). b.Collect prohibited items to include electronic and magnetic media items from passengers to include cell phones, cameras, Subscriber Identity Module (SIM) chips, etc (Exhibit 2). Prohibited items are subject to change per the Installation policy and are found about once a month (SIM chips are most common). c.Ensure vendors turn in ID card, log their name, and obtain the appropriate badge. d.Escort vendors through all gate procedures, search pit, and x-ray machine. e.Escort vendors to the R&R building parking lot and ensure the driver is in line of site at all times. f.Escort vendors back to gate at the completion of the mission. g.Exchange vendors badge for their ID card, log SMs name as leaving, and return all prohibited items. h.Ensure that each escort mission takes approximately 30 90 minutes dependent upon gate traffic. i.The R&R staff will ensure all drivers are accounted for. 4.6.Manifest Venues Contractor shall manifest venues to include the following tasks: a.Announce the venue report time and location during the venue briefing. b.Call off each SM name that signed up and mark as present or absent for accountability on R&R Trip Manifest Report. c.Brief all rules and regulations of the venue emphasizing Safety and Operational Security. d.Ensure SMs are in appropriate clothing attire IAW Installation Policy and are in possession of their Common Access Card (CAC) ID cards. e.Designate a Trip Commander (TC) and a Combat Life Saver (CLS) for each trip. f.Ensure each trip has a fully stocked CLS bag and appropriate amounts of ice and water. The CLS bag will be provided by the Government and the NCOIC will have a complete required load list. g.Make a copy of the R&R Trip Manifest for the TC as well as the front desk personnel. h.Verify the R&R Trip Manifest once all SMs are loaded in vehicles. i.Pay the vendor driver once the final manifest has been made. j.Ensure an accurate Vendor Venue Payment Receipt (Exhibit 3) has been created for vendor. k.Provide R&R Trip Manifest and Vendor Venue Payment Receipt to OIC/NCOIC for accountability and payment tracking. 4.7.Front Desk Monitoring The Contractor shall monitor the Front Desk 24 hours/7 days a week and perform the following tasks: a.Provide customer service and answer questions from SMs. b.Provide directions, advice, and phone numbers for amenities on post. c.Update venue brief, venue white board, and venue monitor daily. d.Update movie list and play appropriate movie requests at front desk. e.Provide SMs the opportunity to sign out, using CAC ID card or drivers license, movies, equipment for billiards, darts, ping pong, foosball, and any miscellaneous items needed such as plug adaptors. Contractors shall track the signing out of all Morale, Welfare, and Recreation (MWR) equipment to SMs. f.Run and Monitor Rock Wall from 0800 1800 daily. Maintain accountability of climbing shoes, helmets, and harnesses. Ensure there are no more than four (4) climbers on the wall at one time. g.Collect all Exception to Policy (ETP) memorandums, log for proper accountability, copy, create a coversheet, and forward for OIC and Area Support Group-Qatar (ASG-QA) approval and signature. h.Advertise to SMs MWR events, spiritual events, and the optical lab. i.Report Commanders Critical Information to OIC/NCOIC to assist completing a Commanders Critical Information Report (CCIR). The OIC will be the point of contact informing the contractor of the reporting information associated with the CCIR. j.Ensure all areas (Break Room, Internet Caf, Clothing Closets, Personal Hygiene Closet, Restrooms, Copy/Print Room, Libraries, Movie Room, Phone Banks, Briefing Room, etc.) are well stocked with Government Furnished Materials (GFM) and clean. k.Make coffee and monitor all break room items for cleanliness and safety. If any problems or concerns exist, report to NCOIC. l.Submit work orders and help desk tickets if any equipment is unserviceable or needs maintenance to OIC/NCOIC. m.Monitor sponsorship sign-up and late venue sign up to ensure SM only signs up themselves. Advise OIC/NCOIC for any concerns with sign-up lists. n.Collect and document payment for venues and record on R&R Trip Manifests. o.Account for all vehicle keys and front desk cell phones. p.Answer the front desk Defense Switch Network (DSN) phones and commercial phones. q.Change the R&R heat index flag as required per the direction of the NCOIC. r.Issue venue refunds to SMs who are authorized a refund. s.Safe keep venue payments, Eagle Cash funds, and Wing Driver money. t.E-mail Director of Logistics (DOL)/Transportation and NCOIC with daily bus request times for venues and inland sea picnic pick-up. u.Read, tally, and account for all comment cards and compile for OIC/NCOIC. v.Ensure all SMs in Building 406 are adhering to post policies during the venue brief and report violations to the NCOIC. w.Ensure all MWR computers in Internet caf are operational and report issues to NCOIC. i.Assign computer stations to SMs through first-come, first-serve policy. ii.Monitor and verify that the timeframe the SMs utilize the computer station does not go above 30 minutes. x.Reset the Wireless Internet Router daily when it goes down. 4.8.Sponsorship Program The Contractor shall conduct a Sponsorship Program to include the following tasks: a.Advertise that the start of the sponsorship sign up is 0900. b.Supervise SMs into the briefing room and have formed a queue. c.Brief SMs on the sponsorship program and what to expect. d.Supervise the sign up process ensuring SMs only sign up for themselves on the Order of Merit List (OML) (Exhibit 4). e.Ensure pagers work properly, issue to each SM, and document the pager number next to name on OML. f.When a sponsor arrives, ensure they have a current (less than 3 months old) Sponsorship Agreement Form (Exhibit 5) on file. g.Enter sponsor information into the Sponsorship Database created and maintained by Government personnel. Training will be provided to the Contractors by the NCOIC on entering information into database. h.Ensure sponsor knows rules and regulations governing R&R sponsorship and hand them a Sponsorship Program Rules Sheet (Exhibit 6) that is maintained/updated by OIC. i.Page the appropriate number of R&R SMs ensuring all post policies are met to include male/female ratio policy. j.Collect CAC ID cards and input appropriate information to include sponsor information, R&R SMs information, destination, and sign out time into Sponsorship Database. k.Print trip ticket, stamp appropriately, provide copy of sponsorship policy, date, initial, and provide all information necessary for sponsor and R&R SMs to depart and return to post. l.If sponsor does not want to go off the Order of Merit List, ensure sponsor has an approved ETP. m.Follow all ETP memo information including input from signature authorities. n.Provide sponsor with accurate information regarding the ETP process. o.Inform OIC and NCOIC immediately if there are any issues with sponsorship. p.Log R&R SMs back on post when the trip ticket is returned. q.Provide a daily copy of Sponsorship Report (Exhibit 7) to OIC/NCOIC for tracking purposes. 4.9.Wing Driver Activities The Contractor shall conduct Wing Driver Activities to include the following tasks: a.Ensure a fully functional cell phone is with Wing Driver at all times. b.Shall act as a first responder in emergency situations and react appropriately by: i.Notifying the OIC and NCOIC. ii.Escorting personnel to appropriate location (TMC, Al Udeid, local Hospital) iii.Notifying the vendor iv.Ensuring all off-post policies and venue rules are followed. v.Accurately complete Travel Report (Exhibit 8) for the Counter Intelligence section for suspicious activities or personnel while at vendor venues and submit to the OIC/NCOIC. vi.Maintaining 100% accountability of SM personnel attending venues. vii.Keeping vigilance for unusual local national behavior. viii.Ensuring vendors are providing all required amenities (air conditioning, personal hygiene items, food, drinks, etc.) and report violations to OIC/NCOIC. ix.Acting as liaison between R&R SMs and local nationals. x.Ensure the bus driver is driving in a safe and legal manner following all local laws and regulations. 4.10. Front Desk Errands The Contractor shall conduct Front Desk Errands to include the following tasks: a.Obtain cash at the Eagle Cash machine in Finance and obtain change for venue payments. b.Pick up pastries at the large Dining Facilities (DFAC), Building 218, at approximately 0830 and 1800 daily. c.Pick up section mail at Post Office between 1300 and 1500 daily. d.Drop off and pick up dry cleaning, count clothing donations in laundry basket, and return clothes to clothing closet racks. e.Pick up food items from DFAC in bulk such as beef jerky, Gatorade/soda, and cereal to stock the break room. f.Pick up GFM office supplies identified by the OIC and NCOIC at the Self Service Supply Center such as paper, break room utensils, and print cartridges. g.Bring all Government Furnished Equipment (GFE) R2P2 vehicles to the Transportation Motor Pool for scheduled dispatch and maintenance. h.Ensure all vehicles have a full fuel tank and are washed. i.Drop off ETP memorandums with first signature authority and pick up approved ETP memorandums from the R&R inbox located in Building 101. 4.11.Standard Operating Procedures The Contractor shall create a front desk Standing Operating Procedure (SOP) to address the tasks contained in this PWS. 5.0.Government Furnished Equipment and Services Equipment and services necessary for the Contractor to perform this mission will be provided by the Government as listed below. The Contractor shall maintain 100% accountability for all GFE. Contractor shall receive feedback and implement instructions regarding necessary corrections from R2P2 OIC/NCOIC at Camp As Sayliyah, Qatar of the billeting buildings. The R2P2 OIC/NCOIC will determine the replacement cycle for all government-furnished automation equipment and install updates as required by ASG-QA policy. a.Front Desk Office: The front desk office will contain desktop computers (with Non-Secure Internet Protocol Router Network (NIPRNET) for front desk operations, Distinguished Visitor (DV) Services, and management staff. Additionally, the Contractor shall be provided printers, DSN-accessible telephones for front desk operations, DV Services, and management staff. b.DFAC is available for contractor personnel who possess a CAC ID card and pay with Eagle Cash Card. c.TMC support is available for personnel with a CAC ID card or for personnel that have that support specifically authorized in their Letter of Introduction and Authorization. 6.0.Quality Assurance The Contractor shall establish and maintain a Quality Control Program to provide independent corporate management and oversight surveillance and inspection of contractor operations. The Contractor shall at a minimum provide the COR with a written plan outlining the method of inspection, frequency and management response. The Government will monitor Contractor performance IAW with the Performance Requirement Standards (PRS) in the following table. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Although the PRS contains only those items considered most important for mission accomplishment, the government retains the right to inspect all requirements of the contract. Performance ObjectivesPerformance StandardAcceptable Quality LevelsPerformance Threshold & Method of Surveillance In-Process R&R ParticipantsConduct 'Welcome Brief' including post policies, (4) four day pass structure, amenities provided on post, sponsorship program, R&R venues, and answer any questions customers may have. (PWS 4.1b)95%Periodic Surveillance In-Process R&R ParticipantsInform R2P2 OIC and NCOIC of senior personnel (O-6/E-9 and equivalents). (PWS 4.1c)95%Random Sampling Out-Process R&R ParticipantsHand out R&R comment cards to SMs to complete. (PWS 4.2b)95%Random Sampling Conduct Daily Venue BriefAccurately brief which venues are offered, report times, price, what the venues will consist of, ensure personnel are aware of off-post rules and regulations, and answer any questions. (PWS 4.3c)95%Periodic Surveillance Notify Vendors of Their ScheduleSend daily e-mail to vendors informing them of their venue schedule for the next (3) three days. (PWS 4.4a)100%Random Sampling Escort Buses and SUVs on and off PostCollect prohibited items to include electronic and magnetic media items from vendor passengers to include cell phones, cameras, SIM chips, etc. (PWS 4.5b)100%Periodic Surveillance Escort Buses and SUVs on and off PostEnsure vendors turn in ID card, log their name, and obtain appropriate badge. (PWS 4.5c)95%Periodic Surveillance Escort Buses and SUVs on and off PostEnsure each escort mission takes approximately 30-90 minutes depending on gate traffic. (PWS 4.5h)90%Random Sampling Manifest VenuesDesignate a TC and CLS for each trip. (PWS 4.6e)100%Periodic Surveillance Manifest VenuesEnsure each trip has a fully stocked CLS bag and appropriate amounts of ice and water. (PWS 4.6f)100%Random Sampling Manifest VenuesMake a copy of the manifest for the TC as well as the front desk. (PWS 4.6g)95%Random Sampling Manifest VenuesEnsure an accurate payment receipt has been created for vendor. (PWS 4.6j)100%Random Sampling Monitor Front DeskMonitor front desk 24/7. (PWS 4.7)100%Periodic Surveillance Monitor Front DeskUpdate venue brief, venue white board, and venue monitor daily. (PWS 4.7c)95%Periodic Surveillance Monitor Front DeskProvide SMs the opportunity to sign out, using their CAC ID card or Drivers License, movies, equipment for billiards, darts, ping pong, foosball, and any miscellaneous items needed such as plug adaptors. Contractors shall track the signing out of all MWR equipment to SMs. (PWS 4.7e)95%Periodic Surveillance Monitor Front DeskEnsure all areas (Break Room, Internet Caf, Clothing Closet, Personal Hygiene Closet, Restrooms, Copy/Print Room, Libraries, Movie Room, Phone Banks, Briefing Room, etc.) are well stocked with GFM and clean. (PWS 4.7j)90%Random Sampling Monitor Front DeskSubmit work orders and help desk tickets if anything is unserviceable or needs maintenance to OIC/NCOIC. (PWS 4.7l)95%Random Sampling Monitor Front DeskCollect and document payment for venues and record on R&R Trip Manifest. (PWS 4.7n)100%Periodic Surveillance Monitor Front DeskAccount for all vehicle keys and front desk cell phones. (PWS 4.7o)100%Random Sampling Monitor Front DeskSafe keep venue payments, Eagle Cash funds, and Wing Driver money. (PWS 4.7s)100%Periodic Surveillance Monitor Front DeskE-Mail Director of Logistics (DOL)/ Transportation and NCOIC with daily bus request times for venues and inland sea picnic pick-up. (PWS 4.7t)100%Random Sampling Monitor Front DeskEnsure all MWR computers in the Internet Caf are operational and report issues to NCOIC. (PWS 4.7w)95%Random Sampling Monitor Front DeskAssign computer stations to SMs and ensure their timeframe usage does not exceed 30 minutes. (PWS 4.7w.i-ii)95%Random Sampling Conduct Sponsorship ProgramEnsure pagers work properly, issue to each SM, and document the pager number next to name. (PWS 4.8e)100%Random Sampling Conduct Sponsorship ProgramLog R&R SMs back on post when the trip ticket is returned. (PWS 4.8p)100%Periodic Surveillance Conduct Wing Driver ActivitiesEnsure a fully functional cell phone is with Wing Driver at all times. (PWS 4.9a)100%Random Sampling Conduct Wing Driver ActivitiesMaintaining 100% accountability of SM personnel attending venues. (PWS 4.9.b.vi)100%Periodic Surveillance Conduct Front Desk ErrandsPick up section mail at Post Office (1300-1500 daily). (PWS 4.10c)90%Random Sampling Conduct Front Desk ErrandsPick up food items from DFAC in bulk (i.e. beef jerky, Gatorade/Soda, cereal, etc.) and stock break room. (PWS 4.10e)90%Random Sampling Conduct Front Desk ErrandsPick up GFM office supplies identified by OIC/NCOIC at the Self Service Supply Center such as paper, break room utensils, and printer cartridges. (PWS 4.10f)95%Random Sampling Conduct Front Desk ErrandsEnsure all vehicles have a full fuel tank and are washed. (PWS 4.10h)100%Random Sampling 7.0.Acronyms and Definitions ACO Administrative Contracting Officer AOR Area of Responsibility ASG-QA Area Support Group Qatar CAC Common Access Card CCIR Commanders Critical Information Report CENTCOM Central Command CLS Combat Life Saver COR Contracting Officer Representative DFAC Dining Facility DoD Department of Defense DOL Director of Logistics DSN Defense Switch Network DV Distinguished Visitor ETP Exception to Policy EXPAT Ex-Patriot GFE Government Furnished Equipment GFM Government Furnished Material IAW In Accordance With LNO Liaison Officer MWR Morale, Welfare, and Recreation NCOIC Non-Commissioned Officer in Charge. NIPRNET Non-Secure Internet Protocol Router Network OIC Officer in Charge PRS Performance Requirement Summary PWS Performance Work Statement QAR Quality Assurance Representative R&R Rest and Recuperation R2P2 Rest & Recuperation Pass Program. SOP Standing Operating Procedure SIM Subscriber Identity Module SM Service Member SUV Sport Utility Vehicle TC Trip Commander TCN Third Country National TMC Troop Medical Clinic Venue A place where events of a specific type are held (concerts, activities, etc.) 8.0.References a.Current Billeting SOP / Rules b.ASG-QA Policy Memorandum (Wear and Appearance of Civilian Clothing while in the ASG-QA AOR) c.AR 190-51, Security of Unclassified Army Property d.AR 210-50, Housing Management 9.0.Applicable Laws & Regulations The Officer of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. If contract performance is completed before 30 September, the data can be entered upon contract completion rather than waiting for the end of the fiscal year. Contractors may use a direct AML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring fields from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The Contractor will provide verification of reporting to the Contracting Officer and the COR within 10 days of reporting manpower data. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; a written solicitation will not be issued. Solicitation W52P1J-09-R-0158 is issued as a Request for Proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, Effective 30 April 2009. Proposals submitted in response to this solicitation shall include: (1) The base year of performance and 4 option years of performance priced separately. (2) Complete break-outs of the specific costs that make up the proposal. All costs for each year shall be combined into the following respective CLINs: Base Year: CLIN 0001 Option Year 1: CLIN 0002 Option Year 2: CLIN 0003 Option Year 3: CLIN 0004 Option Year 4: CLIN 0005 (3) Descriptive literature is required for the purpose of evaluation and award, in order to establish the services being offered. Descriptive literature may include, but is not limited to, service provider types, level of effort, transition/ramp-up plans, contractor assumptions when generating the proposal, operation plans, etc. If the vendor fails to submit any descriptive literature with its quote, THE GOVERNMENT WILL REJECT ITS QUOTE. This procurement is a full and open competition. The following FAR/DFARS clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM or at http://farsite.hill.af.mil/VFDFARA.HTM: 52.212-1, Instructions to Offerors Commercial Items (Jun 2008). 52.212-2, Evaluation Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on price and technical factors. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options(s). A written notice of award or acceptance of an offer will be furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications Commercial items (Feb 2009). 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2009). 52.215-1, Instructions to Offerors Competitive Acquisition (Jan 2004). 52.232-18, Availability of Funds (Apr 1984). 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009). 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). 252.237-7019, Training for Contractor Personnel Interacting with Detainees (Sep 2006). 252.222-7002, Compliance with Local Labor Laws (Overseas) (Jun 1997). 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States (Jan 2009). 252.225-7041, Correspondence in English (Jun 1997). 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (Mar 2006). 252.233-7001, Choice of Law (Overseas) (Jun 1997). 52.225-5000 (ACC) Crimes Against Host Country Nationals By Employees Of Contractors Doing Business With The United States Central Command (USCENTCOM) Area Of Responsibility (AOR) (MAR 2009). (a) With regard to this contract, the contractor shall not employ, nor allow a subcontractor to employ, any person that has ever been convicted in any U.S. court of any crime against a US CENTCOM AOR host country national, regardless of the place at which the crime occurred. (b) Contractors shall exercise effective screening processes to ensure that individuals not conforming to this standard are identified and prohibited from, or removed from (if already employed) working under this contract. (c) Contractor employees discovered to have one or more prior convictions as described above shall be removed from the contract immediately. (d) Failure to adhere to the requirements of this clause may result in a termination for cause or termination for default, in accordance with the terms and conditions of this contract. To obtain copies of the exhibits that are mentioned in the Performance Work Statement and copies of the Contract Data Requirements Lists for this requirement, please contact the Contract Specialist/POC (see information below). Responses to this RFP must be received by the Contract Specialist, Vanessa Allardyce, no later than 1400 Central Standard Time on 05 June 2009, at vanessa.allardyce@us.army.mil, or Army Contracting Command Rock Island Contracting Center, Building 60, 3rd Floor, NW wing, ATTN: Vanessa Allardyce, Rock Island Arsenal, Rock Island, IL 61299. Please call 309-782-0198 for any questions/concerns regarding this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAA09/W52P1J-09-R-0158/listing.html)
 
Place of Performance
Address: US Army Contracting Command (fka US Army Sustainment Command) ATTN: CCRC-FS (fka AMSAS-AC) Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01823293-W 20090522/090521001831-061c48ebf3cb659c81997911506ab3a0 (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.