Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

U -- Force Protection Design/ Construction Training - Statement Of Work

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, BAGHDAD RCC, APO AE, Non-U.S., 09335, Iraq
 
ZIP Code
00000
 
Solicitation Number
W915WE00613735
 
Archive Date
4/8/2010
 
Point of Contact
Anthony S Quarles, Phone: 2395966
 
E-Mail Address
anthony.quarles@iraq.centcom.mil
(anthony.quarles@iraq.centcom.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of work SOLICITATION #: W915WE00613735 DESCRIPTION: Force Protection Design/ Construction Training CLOSE DATE: 24 March 2010 no later than 8:00 a.m eastern time. This notice is being posted as a Request for Quotations for Purchase Request W915WE00613735. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a)(13), Exceptions to Publicizing Contract Actions, there will not be a pre-solicitation notice posted for this required action. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. The NAICS code for the requirement is 611699. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-19. The contractor shall provide all materials, labor, and transportation required for the following items in accordance with the attached Statement of Work: CLIN Description QTY U/I Unit Price ($USD) Total Price ($USD) 0001 SEE SATEMENT OF WORK BELOW $ $ Total Price $ Company Name: _____________________________ Representative Name: ________________________ DUNS: ____________________________________ CAGE CODE:________________________________ TAX ID: _______________________________ Signature: __________________________________ Email Address: _______________________________ Offer/quote should include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. The following factors shall be used to evaluate quotes: price and technical acceptability. Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. Statement of Work (Rev 1) for Mobile Training Team to Provide Force Protection Design/Construction Standards Training JOINT SECURITY STATION (JSS) SHIELD Dated: 27 January 2010 •1. DESCRIPTION OF SERVICES: The contractor is required to travel to the designated location below and provide and teach a course of instruction covering fundamentals of Force Protection Facility Design and Construction Standards training to 15-20 Ministry of Interior and/or Ministry of Defense students. The course of instruction shall be instructed at JSS Shield, Baghdad, Iraq. The course of instruction shall be comparable to DoD course of instruction in content, however, it must pass foreign disclosure regulations for course content, and be at the unclassified level. All course content must not contain classified information. The course, at a minimum, will be no shorter than seven work days, but no longer than fourteen work days. Classes will start at 1000 hrs daily, lunch break will be at the instructors discretion, but lunch hours are 1130-1400, and all classes should be completed for the day NLT 1600. The following topics should be adequately covered during the course of instruction: •1.1. What are and why "stand-off" distances are so important to blast mitigation; apply principles of stand-off distance and minimum separation distances between facilities. •1.2. Why the orientation of a facility can positively or negatively impact its survivability to terrorism attack. •1.2.1 Building orientation, if used effectively, can deny terrorist options, prevent clear line of site to mitigate "timed" attacks on principles. •1.3. Using natural obstacles (culverts, ditches, earth mounds, dense thorn-bearing shrubbery) to deter and defeat attacks, and natural to provide concealment to facilities/entry/exits (i.e. shrubs, trees), and using man-made obstacles (i.e. barriers, sniper screening, fencing) to keep threats away from targets and channel traffic. •1.4. Cover importance of parking and traffic flow plans as well as trash collection areas. Provide examples of "good" parking/traffic plans and "poor" ones; use examples. •1.5. Importance of adequate lighting and low-light camera systems/DVR recording capabilities and evidence collection •1.6. Why access control measures work, and why they do not work. Roles of access control for pedestrians and vehicles (observation, early detection, inspection, isolation, and stand-off). •1.7. Material selection; using the appropriate materials for construction; best chances of facility survivability against terrorist attack and natural disasters. Why the correct materials used in construction or retrofit construction can reduce the number of casualties during an attack. •1.8. Importance of technology. Use of technology to multiply effectiveness of threat mitigation measures (i.e. ION scan explosive detection, K-9, cameras, automated entry control systems, intrusion detection systems/alarms, and Mylar anti-fragmentation film for windows) •1.9. Importance and "how to" retrofit facilities to accommodate facility "hardening." •2. MOBILIZATION: The contractor shall be responsible to mobilize and provide all transportation, instructor(s), training materials, class room equipment, and all other intellectual property and contractor-furnished materials/supplies/personnel as necessary to successfully perform this statement of work. Contractors will be United States citizens, and must be competent and knowledgeable of all subject matter listed in paragraph 1.1. through 1.9. of this SOW. •3. PERIOD OF PERFORMANCE: Period of performance shall be; one course during the month of June 2010 and another course during the month of August 2010. Contractors will be United States citizens, and must be competent and knowledgeable of all subject matter listed in paragraph 1.1. through 1.9. of this SOW. •4. CLASSROOM OPERATIONS. Contractor will use the JSS Shield Conference and Training Center (Building 17). Building 17 has adequate power (220V), classroom space for class of 15-20 students, lighting, air conditioning during the summer months, and heating for the cooler months. Reservation for the use of JSS Shield Conference and Training Center will be coordinated for availability with the JSS Shield Mayor Cell, through the Force Protection Office for the dates/times identified by the contractor to the customer (ITAM MoI Force Protection). •5. GOVERNMENT FURNISHED EQUIPMENT/SERVICES: T he Government will furnish the following equipment services: •a. Adequate, comfortable classroom space; power, lighting, seating, air/heat (seasonal). •b. All meals at USF-I Dining Facility (DFAC); breakfast, lunch, dinner, and midnight meal available •c. Billeting •d. Life support services (emergent medical care, MWR facilities, and chapel services) •e. Force Protection services •f. Adequate linguists/interpreters for the course duration •6. CONTRACTOR FURNISHED EQUIPMENT/SERVICES: The Contractor is required to furnish all equipment and services with regards to the performance of this task, with the exception of GFE already noted above. More specifically, the contractor will provide: •a. Instructor(s) (meeting criteria outlined above) competent in the curriculum identified above •b. All classroom hand-outs, any take-away hand-outs, instructional aids, computer/projectors; contractor must check with Force Protection for classroom aids to ensure no prohibited items are brought onto the installation. •c. Certificate of Completion for the course for 15-20 students per class This Request for Quotation incorporates the following provisions and clauses. Their full text may be accessed electronically at http://farsite.hill.af.mil Upon request, the Contracting Officer will make their full text available. Solicitation provision FAR 52.212-1 Instructions to Offerors Commercial is hereby incorporated by reference. Award will be made to the technically acceptable offeror with the lowest price, see FAR 52.212-2 Evaluation Commercial Items. All offerors shall include with their offers a complete copy of provision 52.212-3 Offeror Representations and Certification Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial Items, 52.209-6, Protecting the Government's Interests when subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer -Other than Central Contractor Registration, 52.233-2 Service of Protest, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.209-7003 Requirement to Inform Employees of Whistleblower Rights, 252.225-7026 Acquisition Restricted to Products or Services from Iraq or Afghanistan, 252.225-7041 Correspondence in English, 252.232-7008 Assignment of Claims (Overseas), 252.232-7010 Levies on Contract Payments, 252.233-7001 Choice of Law (Overseas), 252.247-7023 Transportation of Supplies by Sea, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 52.252-2 Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) 952.222-0001 PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVING CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS (MAR 2009) (a) All contractors ("contractors" refers to both prime contractors and all subcontractors at all tiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other actual or purported government identification document, of another person, to prevent or restrict or to attempt to prevent or restrict, without lawful authority, the person's liberty to move or travel, in order to maintain the labor or services of that person, when the person is or has been a victim of a severe form of trafficking in persons. (b) Contractors are also required to comply with the following provisions: (1) Contractors shall only hold employee passports and other identification documents discussed above for the shortest period of time reasonable for administrative processing purposes. (2) Contractors shall provide all employees with a signed copy of their employment contract, in English as well as the employee's native language that defines the terms of their employment/compensation. (3) Contractors shall not utilize unlicensed recruiting firms, or firms that charge illegal recruiting fees. (4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living space) for their employees. Fifty square feet is the minimum acceptable square footage of personal living space per employee. Upon contractor's written request, contracting officers may grant a waiver in writing in cases where the existing square footage is within 20% of the minimum, and the overall conditions are determined by the contracting officer to be acceptable. A copy of the waiver approval shall be maintained at the respective life support area. (5) Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of this Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the Government's Quality Assurance process. (6) Contractors shall comply with international laws regarding transit/exit/entry procedures, and the requirements for work visas. Contractors shall follow all Host Country entry and exit requirements. (c) Contractors have an affirmative duty to advise the Contracting Officer if they learn of their employees violating the human trafficking and inhumane living conditions provisions contained herein. Contractors are advised that contracting officers and/or their representatives will conduct random checks to ensure contractors and subcontractors at all tiers are adhering to the law on human trafficking, humane living conditions and withholding of passports. (d) The contractor agrees to incorporate the substance of this clause, including this paragraph, in all subcontracts under his contract. 952.223-0001 REPORTING KIDNAPPINGS, SERIOUS INJURIES AND DEATHS (MAR 2009) Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings, serious injuries or deaths occur. Report the following information: Contract Number Contract Description & Location Company Name Reporting party : Name Phone number e-mail address Victim : Name Gender (Male/Female) Age Nationality Country of permanent residence Incident : Description Location Date and time Other Pertinent Information 952.225-0003 FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS (MAR 2009) (1) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed employees, the provisions for care offered under this section, and redeployment of individuals determined to be unfit. The contractor bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the performance. The contractor shall include this information and requirement in all subcontracts with performance in the theater of operations. (2) The contractor shall not deploy an individual with any of the following conditions unless approved by the appropriate CENTCOM Service Component (ie. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent the wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and chemical/biological protective garments; conditions which prohibit required theater immunizations or medications; conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and biological protectives and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI >/= 40); dysrhythmias or arrhythmias, either symptomatic or requiring medical or electrophysiologic control; uncontrolled hypertension, current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly diagnosed or under current treatment, or recently laboratory testing; dental or oral conditions requiring or likely to require urgent dental care within six months' time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate restorative dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (< 1 year) seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Meniere's Disease or other vertiginous/motion sickness disorder, unless well controlled on medications available in theater; recurrent syncope, ataxias, new diagnosis (< 1year) of mood disorder, thought disorder, anxiety, somotoform, or dissociative disorder, or personality disorder with mood or thought manifestations; unrepaired hernia; tracheostomy or aphonia; renalithiasis, current; active tuberculosis; pregnancy; unclosed surgical defect, such as external fixeter placement; requirement for medical devices using AC power; HIV antibody positivity; psychotic and bipolar disorders. (Reference: Mod 8 to USCENTCOM Individual Protection and Individual/Unit Deployment Policy, PPG-Tab A: Amplification of the Minimal Standards of Fitness for Deployment to the CENTCOM AOR). (3) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD PGI 225.74), resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities and assistance with patient movement in emergencies where loss of life, limb or eyesight could occur will be provided. Hospitalization will be limited to emergency stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. Subject to availability at the time of need, a medical treatment facility may provide reimbursable treatment for emergency medical or dental care such as broken bones, lacerations, broken teeth or lost fillings. (4) Routine and primary medical care is not authorized. Pharmaceutical services are not authorized for routine or known, routine prescription drug needs of the individual. Routine dental care, examinations and cleanings are not authorized. (5) Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-related services or transportation rendered. In accordance with OUSD(C) Memorandum dated 4 June 2008, the following reimbursement rates will be charged for services at all DoD deployed medical facilities. These rates are in effect until changed by DoD direction. (a) Inpatient daily rate: $2,041.00. Date of discharge is not billed unless the patient is admitted to the hospital and discharged the same day. (b) Outpatient visit rate: $195.00. This includes diagnostic imaging, laboratory, pathology, and pharmacy provided at the medical facility. 952.225-0004 COMPLIANCE WITH LAWS AND REGULATIONS (MAR 2009) (a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and Central Command orders and directives applicable to personnel in Iraq and Afghanistan, including but not limited to USCENTCOM, Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions, policies and directives. (b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human casualties or military security measures. (c) Contractor employees may be ordered removed from secure military installations or the theater of operations by order of the senior military commander of the battle space for acts that disrupt good order and discipline or violate applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall immediately comply with any such order to remove its contractor employee. (d) Contractor employees performing in the USCENTCOM Area of Operations (AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements. (e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court Martial. Contractor employees may be ordered into confinement or placed under conditions that restrict movement within the AOR or administratively attached to a military command pending resolution of a criminal investigation. (f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to secure the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate the departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to depart Iraq or Afghanistan without approval from the senior U.S. commander in the country. 952.225-0005 MONTHLY CONTRACTOR CENSUS REPORTING (MAR 2009) Contractor shall provide monthly employee census information to the Contracting Officer, by province, for this contract. Information shall be submitted either electronically or by hard-copy. Information shall be current as of the 25th day of each month and received by the Contracting Officer no later than the first day of the following month. The following information shall be provided for each province in which work was performed: (1) The total number (prime and subcontractors at all tiers) employees. (2) The total number (prime and subcontractors at all tiers) of U.S. citizens. (3) The total number (prime and subcontractors at all tiers) of local nationals (LN). (4) The total number (prime and subcontractors at all tiers) of third-country nationals (TCN). (5) Name of province in which the work was performed. (6) The names of all company employees who enter and update employee data in the Synchronized Predeployment & Operational Tracker (SPOT) IAW DFARS 252.225-7040 or DFARS DOD class deviation 2007-O0010. 952.225-0006 CONTRACTOR DELIVERY REQUIREMENTS (MAR 2009) (a) REQUIRED DELIVERY DATE : (b) CONTRACTOR DELIVERY LOCATION : (c) POINT-OF-CONTACT RESPONSIBLE FOR INSPECTION & ACCEPTANCE: Name: ____________________________________ Phone No.: ____________________ 952.225-0009 MEDICAL SCREENING AND VACCINATION REQUIREMENTS FOR LOCALLY HIRED EMPLOYEES (MAR 2009) (a) Contractors, and subcontractors at any tier shall ensure and provide satisfactory evidence that all locally hired employees, including Local National (LN), Third Country National, and U.S. employees, working on military have been screened for and do not currently have active tuberculosis (TB). (1) Contractors may utilize a testing method of either a chest x-ray or TB skin test (TST). (i) Chest x-rays shall be taken and TBTs administered within 90 days prior to the start of employment. (ii) Screening may be performed either by a licensed medical provider from the local economy or by contractors' licensed medical staffs. Contractors shall maintain medical screening documentation and make it available to the Contracting Officer upon request. (2) TB screening documentation will be required by the responsible Base Defense Operations Center (BDOC) prior to issuance of base access badges. (b) Contractor employees, including subcontractors at any tier, who work in positions where they are working with food or water production and distribution shall have current Typhoid and Hepatitis "A" (full series) vaccinations, in addition to the TB tests required above. (a) At least the first inoculation in the Hepatitis "A" series must be given prior to the start of employment, with continuation and completion of the inoculation series. The Typhoid inoculation must be completed within two years prior to the date of employment in the food and water service capacity. (i) Once the complete Hepatitis "A" vaccination series is completed, it does not have to be repeated. The Typhoid vaccination requires a booster immunization every three years. (ii) Proof of individual employee vaccinations shall be provided to the Contracting Officer and maintained by the Contractor for examination by the Contracting Officer. 952.225-0011 GOVERNMENT FURNISHED CONTRACTOR SUPPORT (APR 2009) (a) The following is a summary of the type of support the Government will provide the contractor, on an "as-available" basis. In the event of any discrepancy between this summary and the description of services in the Statement of Work, this clause will take precedence. U.S. Citizens Accompanying the Force APO/FPO DoD Essential Mil Issue Equip Authorized Weapon Excess Baggage MILAIR Billeting Fuel Authorized MWR Controlled Access Card (CAC) Govt Furnished Meals Primary Care Commissary Military Banking Resusitative Care Dependents Authorized Military Clothing Transportation DFAC Military Exchange Third-Country National (TCN) Employees APO/FPO DoD Essential Mil Issue Equip Authorized Weapon Excess Baggage MILAIR Billeting Fuel Authorized MWR Controlled Access Card (CAC) Govt Furnished Meals Primary Care Commissary Military Banking Resusitative Care Dependents Authorized Military Clothing Transportation DFAC Military Exchange Local National (LN) Employees APO/FPO DoD Essential Mil Issue Equip Authorized Weapon Excess Baggage MILAIR Billeting Fuel Authorized MWR Controlled Access Card (CAC) Govt Furnished Meals Primary Care Commissary Military Banking Resusitative Care Dependents Authorized Military Clothing Transportation DFAC Military Exchange 952.225-0012 NOTICE OF LIMITED COMPETITION (MAY 2009) (a) This procurement is restricted to a particular source or sources from Iraq in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 225.7703-1(a)(3). (b) "Source from Iraq" is defined by DFARS 225.7701 as a "source that (1) is located in Iraq; and (2) offers products or services from Iraq". 952.228-0001 WORKERS COMPENSATION INSURANCE (DEFENSE BASE ACT) (OCT 2009) (a) This JCC-I/A provision supplements FAR Clause 52.228-3 Workers' Compensation Insurance (Defense Base Act). (b) The contractor shall procure Defense Base Act (DBA) insurance pursuant to the terms of the contract between the U.S. Army Corps of Engineers (USACE) and CNA Insurance unless the contractor has a DBA self-insurance program approved by the Department of Labor. Proof of this self-insurance shall be provided to the Contracting Officer. The contractor shall submit proof of a valid DBA Insurance policy with CNA Insurance for the Prime and their Subcontractors at every tier prior to performance of the contract. The current rates under the USACE and JCC-I/A contract are as follows: Services $4.00 per $100 of employee remuneration Construction $6.00 per $100 of employee remuneration Aviation $17.00 per $100 of employee remuneration Security $10.00 per $100 of employee remuneration NOTE: More than one rate may be applicable as more than one type of labor may be utilized for a particular contract. (c) The contractor shall insert a Special Contract Requirement substantially the same as this one in all subcontracts (at every tier) to which DBA is applicable. (d) Should the rates for DBA insurance coverage increase or decrease during the performance of this contract, the contract shall be modified accordingly. However, the revised rates will not be applicable until the Contractor's or Subcontractor's DBA Insurance policy is due to be renewed. (e) Premiums will be reimbursed only if coverage is purchased through the USACE mandatory requirements DBA contract administered by CNA Insurance and their managing broker, Rutherfoord International. (f) Claims Reporting - The Contractor shall make timely Defense Base Act insurance claims on behalf of each employee who is injured or killed in the course of their employment under this contract, and shall ensure that similar language is in each Subcontractor's contract. The Contractor shall provide monthly reports to the Contracting Officer, providing the names of each such injured or deceased employee, the circumstances surrounding each injury or death, the dates of each injury or death, the date the insurance claim was made on behalf of each employee and the current status of each claim. (f) Failure to obtain Defense Base Act (DBA) insurance in accordance with FAR Clause 52.228-3 Workers' Compensation Insurance (Defense Base Act) and the above requirements, for the prime and all subcontractors at every tier, shall be considered a material breach and could cause this contract to be terminated for default/cause. 952.228-0002 DEFENSE BASE ACT INSURANCE RATES - LIMITATION - FIXED-PRICE CONTRACTS (OCT 2009) (a) The U. S. Army Corps of Engineers (USACE) has entered into a contract with CNA Insurance to provide all Defense Base Act (DBA) insurance to USACE and JCC-I/A contractors and subcontractors at a contracted fixed rate. Compute total compensation or total payroll, (salary, plus overseas recruitment incentive and post differential, but excludes per diem, housing allowance, travel expenses, temporary quarters allowance, education allowance and other miscellaneous post allowances) to be paid to employees who will be covered by DBA insurance. The fixed rates for this insurance are as follows: Service $4.00 per $100 of employee remuneration Construction $6.00 per $100 of employee remuneration Aviation $17.00 per $100 of employee remuneration Security $10.00 per $100 of employee remuneration (b) Compute the cost of DBA insurance by utilizing the spaces provided below for the base period and whatever extension there maybe thereafter, if applicable. 1. Compensation of Covered Employees: ____________________ (Total Payroll Not total Contract Value) Ex: if total payroll is $100K 2. Applicable DBA rate: __________________ (Use appropriate Rate) Ex: If a service, the rate is $4.00/$100 or 4% 3. Total DBA COST: __________________ (Amount of DBA Premium) Ex: $100K multiplied by 4% is $4K (c) Bidders/Offerors shall include a statement as to whether or not local nationals or third country nationals will be employed on the resultant contract. (d) Use of the coverage under the USACE contract with CNA is mandatory. CNA Insurance is utilizing Rutherfoord International as their managing broker. The primary point-of-contact (POC) is the USACE DBA Program Administrator: Ramoan Jones, 001-703-813‑6571 ramoan.jones@rutherfoord.com. The alternate POC is Sara Payne, Senior Vice President, 001-703-813-6503 sara.payne@rutherfoord.com. 952.232-0001 PAYMENT IN LOCAL CURRENCY (IRAQ) (OCT 2009) This contract is awarded in U.S. Dollars. The contractor will receive payment in local currency. The currency exchange rate will be determined at the official exchange rate posted by the local DoD Finance office on the date of the payment in accordance with the Department of Defense Financial Management Regulation. Local currency payments are made via Electronic Funds Transfer. Local currency is defined as the currency of the receiving financial institution. Payments in cash are restricted to contracts where the vendor provides proof that an account at a bank accepting local EFT is unavailable. 952.233-0001 JCC-I/A AGENCY PROTEST PROGRAM (MAR 2009) (a) This solicitation may be protested to the issuing Contracting Office for decision by the Contracting Officer or by the Chief of the Regional Contracting Center if authority has been withheld. If requested, an independent review of an Agency Protest decision is available through appeal to the Principal Assistant Responsible for Contracting (PARC) in accordance with FAR 33.103. A JCC-I/A is a "PROTEST TO THE AGENCY," within the meaning of FAR 33.103. The JCC-I/A Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns within JCC-I/A, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. After an interested party files an Agency Protest with the Contracting Officer and while that protest is pending, the protestor agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the Agency Protest, the Agency Protest will be dismissed. (b) An interested party may file a written protest to the Contracting Officer under the JCC-I/A Agency Protest program for contract solicitations issued by JCC-I/A. Such Agency Protests are limited to objections to any of the following: (1) A solicitation or other request by an agency for offers for a contract for the procurement of property or services. (2) The cancellation of the solicitation or other request. (3) An award or proposed award of the contract. (4) A termination or cancellation of an award of the contract, if the written objection contains an allegation that the termination or cancellation is based in whole or in part on improprieties concerning the award of the contract. (c) Voluntary Automatic Stay. This provision describes the circumstances under which JCC-I/A voluntarily agrees to stay performance of a contract in consideration of a decision by an interested party to file an Agency Protest, as permitted by FAR 33.103(f)(4). (1) In a standard post-award agency protest, the agency must not proceed with contract performance, pending resolution of the protest. This is known as an "automatic stay" and it mirrors the stay required under a timely post-award protest to the GAO under 31 U.S. Code 3553(c) and FAR 33.104(c) (a "Competition in Contracting Act (CICA) Stay"). However, if the agency determines that performance must proceed, based upon the criteria set forth in FAR 33.103(f)(1), the automatic stay may be overridden. This is known as an automatic stay "override." (2) The CICA stay applies only if the GAO protest is filed within 10 days from notice of award, or within 5 days of a required debriefing. A firm may file a JCC-I/A Agency Protest and, if it is dissatisfied with the agency's protest decision, may wish to file a follow-on GAO protest. Under normal circumstances, a protester that goes to the GAO after receiving an adverse agency decision will find that the GAO may take jurisdiction and actually render a recommendation, but that the CICA Stay no longer applies. (3) The JCC-I/A voluntarily agrees to stay performance of a contract when an interested party files a timely protest under the JCC-I/A Agency Protest Program. Should the interested party disagree with the Contracting Officer's or RCC/Division Chief's resolution of an Agency Protest, it may appeal to the Principal Assistant Responsible for Contracting (PARC) or utilize another protest forum. The JCC-I/A Voluntary Automatic Stay extends the protester's right to preserve the status quo pending resolution of all protests with respect to a particular contract action. In return for the protester's initially filing its protest as an Agency Protest instead of with the GAO, the contracting officer agrees that, if the protester ultimately disagrees with the Contracting Officer or RCC/Division Chief's decision and files a GAO protest, the agency will agree not to proceed with performance just as it would have done if the protester had filed its protest with the GAO right from the start. This means that in an Agency Protest, the agency may override the stay under the same standards and circumstances as would have applied if the protest had originally been filed with the GAO. Nothing in this provision adversely affects an interested party's rights to protest a contract action to the GAO, or to seek other relief related to the action. (4) However, an appeal and review of the Contracting Officer's Agency Protest decision by the PARC will not extend the GAO's timeliness requirements. Therefore, any subsequent protest to the GAO must be filed within 10 days of receipt of the Contracting Officer's Agency Protest decision. (d) An Executive-Level Agency protest may be filed with the Contracting Officer designated in paragraph (g) of this provision for resolution of protests. (e) For the purpose of filing a JCC-I/A Agency Protest, an interested party means an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (f) An Agency Protest must include the protester's name, address and telephone number, including fax number or e-mail address; the solicitation or contract number, identity of the contracting activity and the contracting officer's name; a detailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of Contracting Officers does not constitute grounds for protest), including copies of all relevant documents; a request for a ruling; and, a request for relief. All protests must be signed by an authorized representative of the protester and must state it is an Agency Protest for decision by the Contracting Officer. (g) JCC-I/A Agency Protests, as defined in FAR 33.101, may be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: MNSTC-I APO AE 09348 By submission of a quote, the vendor acknowledges the requirement that a prospective awardee must be registered in the JCCS database prior to award, during performance, and through final payment of any contract resulting from this solicitation. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include EFT CLAUSE QUOTES ARE DUE NOT LATER THAN : 24 March 2010 no later than 8:00 a.m eastern time.. YOU ARE REQUIRED TO SUBMIT QUOTES ELECTRONICALLY to anthony.quarles@iraq.centcom.mil This announcement and written request for quote constitutes the only "Request for Quote" that will be made for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8c182d168c6918648594d9c75c7408f)
 
Place of Performance
Address: Badhdad, Iraq, FOB Shield, Baghdad, Non-U.S., Iraq
 
Record
SN02094437-W 20100318/100317000140-b8c182d168c6918648594d9c75c7408f (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.