Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SPECIAL NOTICE

R -- Armed Security Guards/Private Security Providers

Notice Date
7/10/2009
 
Notice Type
Special Notice
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Army Contracting Agency, ARCENT, JLC Forward Contracting Office-Bagram, CJTF-76, Joint Contracting Center, Bldg. 90; Bagram, Afghanistan, APO, 09354
 
ZIP Code
09354
 
Solicitation Number
ASG_PSC_First_Notice
 
Point of Contact
Charles Abner Jr, Phone: no phone, Michael Knipper, LTC AF, Phone: no phone
 
E-Mail Address
charles.abnerjr@us.army.mil, michael.e.knipper@afghan.swa.army.mil
(charles.abnerjr@us.army.mil, michael.e.knipper@afghan.swa.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION FROM PSC/ASG COMPANIES Contracting Office Address Principal Assistant Responsible for Contracting, Afghanistan Bagram Airfield Bldg 90A APO, AE 09354 Point of Contact : Mr. Charles Abner Jr. email: charles.abner @afghan.swa.army.mil phone: 318-481-6582 Requirement The Principal Assistant Responsible for Contracting, Afghanistan (PARC-A) is contemplating a solicitation for a theater-wide armed security guard (ASG)/private security company (PSC) contract. The contract would provide for a variety of security services, to include the static security of compounds on which US and Coalition Forces reside, and for the protection of mission essential convoys in and around forward operating bases located throughout Afghanistan. Description of Services The government intent for this contract is to establish a multi-award indefinite delivery indefinite quantity (IDIQ) effort, to provide security services for approximately 50 or more forward operating bases or command outposts throughout Afghanistan. Contractor(s) must be available 24 hours a day, 7 days a week. The contractor shall be responsible for providing security services, developing, implementing, adequately staffing, and managing a security program, which prevents any intrusion by unauthorized personnel, theft, destruction of, or damage to property within the secured boundaries, and the facilities themselves. This contract is designed to provide the personnel and assets to ensure that the coalition bases are secure at all times. The number of personnel required at each location will be based on prior requirements, and may be modified or increased dependent upon mission needs. It is anticipated that the effort will consist of a basic year and three option periods, each for a 12 month period of performance. The anticipated award date is 1 Dec 2009. Request for Information This is a request for information only. This is not a solicitation announcement. This notice neither constitutes a Request for Proposal, nor does it restrict PARC-A to an ultimate acquisition approach. No contract will be awarded from this announcement, and requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. Firms responding to this notice are also requested to provide the PARC-A with statements addressing the questions below. Responses to the RFI shall be limited to 25 pages or less. Responses may be submitted in hard-copy format either in document/folder form or in the form of CD or DVD. •I. Host Nation Compliance: •1. Do you currently hold the two required licenses (i.e. Ministry of Interior (MOI) and Ministry of Trade) required for PSC/ASG providers in Afghanistan? •2. If you do not hold a current Afghan MOI license, what is your plan for obtaining one prior to 1 Nov 2009? •3. How does the MOI requirement, which limits PSC's operating in Afghanistan to employ no more than 500 personnel, affect your ability to contract for additional theater-wide PSC efforts? •4. How many people by category--Host Nation, Third Country Nationals and US Citizens--do you currently employ for security contracts in Afghanistan? •5. Of the personnel listed in Question 3 above, how many are authorized by the MOI to carry arms in Afghanistan? •6. Are you presently performing private security services as a prime contractor for any US Government Agency in Afghanistan or Iraq? If so, describe the scope of the effort. •7. Are you performing private security services as a subcontractor for a US Government Agency in Afghanistan or Iraq? If so, describe the scope of the effort. •II. Present ability to Contract with the US Government •1. At any time in the last two years have you been prohibited from contracting with any US Government agency? •2. Have you in the last two years been the subject of any action to suspend, debar or terminate for cause with the US Government? If so, please explain. •3. Given the present threat in Afghanistan is there any forward operating location that your firm would not support as a PSC in support of the US Government? •III. Support of Economic Development of the Host Nation •1. Do you have a plan for forging a relationship with incumbent Afghanistan PSCs who provide security at forward operating bases (FOB)? •2. What would be your plan if asked to maintain 80% of the current PSC workforce at various FOBs? •3. Please describe any current relationships with Afghanistan security firms. •4. Describe your ability to perform background checks and screening to insure that Host Nation personnel are not prohibited from carrying a weapon. •5. Describe in detail your ability to train Host Nation personnel to perform their duties, if you were awarded a contract as a PSC. Your response should include, but not be limited to the Rules for the Use of Force, weapons training and certification, basic first aid, and duties and responsibilities of security personnel. •6. Do you have a plan to insure that management personnel can also speak the dialects of the Afghan language and also speak English fluently? •IV. Company Information •1. Point of contact (to include phone/fax and e-mail) •2. Website address, if applicable •3. Cage Code •4. State whether or not your company is registered under North American Industry Classification System (NAICS) code 561612 •5. State the size of your company in terms of average annual revenue The anticipated contract type will be Firm-Fixed Price for ASG/PSC services. The estimated solicitation release date is 15 August 2009. Upon RFP issuance, contractors are encouraged to submit proposals. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-27, effective 17 September 2008. The NAICS code for this procurement is 561612, Security Guards and Patrol Services. It is anticipated that successful offeror(s) will be selected utilizing lowest price technically acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2. This requirement will be solicited under FAR Part 12 utilizing commercial acquisition procedures. Other Details Responses to the RFI may be submitted via e-mail to Mr. Charles Abner: charles.abner@afghan.swa.army.mil ; no later than 1200 hrs, EST, 29 July 09. Physical address: Charles Abner Jr JCCI/A Contracting Bldg 90 A APO AE 09354
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABM/W913TY-1/ASG_PSC_First_Notice/listing.html)
 
Place of Performance
Address: Afghanistan Theater of Operations, Afghanistan
 
Record
SN01872575-W 20090712/090711001514-623e06f2f116f482f948e758aef72ad5 (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.