SOLICITATION NOTICE
99 -- Request fir Information for security of convoys
- Notice Date
- 3/24/2004
- Notice Type
- Solicitation Notice
- NAICS
- 488490
— Other Support Activities for Road Transportation
- Contracting Office
- Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
- ZIP Code
- 09335
- Solicitation Number
- Reference-Number-FY5866-04-RFI-0002
- Response Due
- 4/5/2004
- Archive Date
- 4/20/2004
- Point of Contact
- Laurie Pierce, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
- E-Mail Address
-
piercel@orha.centcom.mil
- Description
- REQUEST FOR INFORMATION This is a request for information from interested parties. We are interested in whether or not you have the capability to fulfill the potential requirement that follows and a rough order of magnitude relating to price. The Coalition Provisional Authority, Iraq is considering entering into contract for the security of convoy?s between CSC Navistar, Kuwait (long. 47.71E, lat. 30.09N); CSC Cedar, Iraq (long. 46.42E, lat. 30.61N); Scania, Iraq (long. 44.73E, lat. 32.31N) and the following depots: Latifiya, Iraq (long. 44.37E, lat. 32.55N); Mushada, Iraq (long. 44.12E, lat. 33.65N); Rasafa, Iraq (long. 44.52E, lat. 33.48N); Diwaniya, Iraq (long. 44.89E, lat. 31.98N); Hilla, Iraq (long. 44.44E, lat. 32.51N); An Najaf, Iraq (long. 44.32E, lat. 32.01N); Kut, Iraq (long. 45.81E, lat. 32.50N) and Nasiriyah, Iraq (long. 46.19E, lat. 31.04N). The contractor will provide all labor, rations, equipment and weapons to safely escort humanitarian fuel convoys from the Kuwaiti border to various fuel depots from Nasiriyah to just north of Baghdad. There will be approximately 8 convoy packages per day departing from NAVSTAR at the Iraqi-Kuwaiti border to the following depots: Latifiya, Mushada, Rasafa, Diwaniya, Hilla, An Najaf, Kut and Nasiriyah. Typical convoy round trip time is currently 8 days, with overnight stays possible at Cedar and Scania as well as various fuel depots. Coalition Forces provide security at Cedar and Scania. Ministry of Oil provides security within the perimeter of the depots. The contractor is responsible for all security between these points. The contractor shall provide security for each convoy, usually 20 to 30 trucks per convoy, with at least two vehicles; one in front and one in the back. Contractor vehicles will be marked to allow clear identification by Coalition Forces. Each vehicle will be manned by three personnel. Each vehicle shall have a Government approved automatic, mid to long range weapon mounted such that it can provide 360-degree coverage around the vehicle. Additionally, each security person in the vehicle shall have a personal automatic rifle that is approved by the Government. Each vehicle shall have the ability to communicate via radio and Thuraya or equivalent communication with each other and each of the staging points (Scania, Navistar, and Cedar). The contractor is responsible for having a representative at these sites that will act as a liaison with the military and maintains communication with the convoy escorts at all times. Coalition Forces are responsible for providing a quick reaction force if the contractor notifies the military that the convoy has come under attack. The contractor is required to display or wear any uniforms designated by the government and display colors, tape, radar reflectors, or markings on their vehicles as dictated by the government. The contractor shall coordinate all movements with the military liaison designated by the government. The contractor is responsible for all maintenance, fuel, ammunition, etc for their vehicles. Convoys will operate exclusively during daylight hours. The military reserves the right to determine when a convoy can leave and enter compounds. The contractor is not required to escort during periods of darkness or severely reduced visibility. The Government will be held harmless, and is not liable for any damage caused by acts of war, aggression or natural disasters effecting contractor vehicles or personnel. The contractor is responsible for their own supply and re-supply of ammunition. Quantities and types of ammunition on hand must be approved by the Government. The Government reserves the right to disallow convoy movements if the preparation of the contractor is deemed inadequate. The contractor is responsible for providing first responder medical care to its own personnel. The contractor shall be given military medical care in the event of an emergency and is authorized to utilize the emergency medical frequency. The contractor shall be paid based on the number of convoys escorted to final destination. These prices shall be fixed price and not subject to redetermination. This is not a request for quote. Information provided is completely voluntary. This RFI does not in any way constitute intent by the Government to form a contract. Contact Information Following is the point of contact for this RFI: Ms. Laurie Pierce (703) 343-9225 piercel@orha.centcom.mil Please submit responses via e-mail in Microsoft Office format by 1700 hours (local Baghdad time) on 5 April 2004.
- Place of Performance
- Address: Iraq
- Record
- SN00553510-W 20040326/040324224937 (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 |