Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOLICITATION NOTICE

U -- Personal Protection/Force Protection Training School

Notice Date
6/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-R-0148
 
Response Due
6/12/2004
 
Archive Date
6/27/2004
 
Point of Contact
Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, - Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235,
 
E-Mail Address
kimmelgd@orha.centcom.mil, kimmelgd@orha.centcom.mil
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation W914NS-04-R-0148is being issued as a request for proposal (RFP). This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-22. This requirement is being synopsized as full and open competition under standard NAICS Code 561990. The resulting contract will be a Firm Fixed Price type Contract under FAR Part 12 – Acquisition of Commercial Items. COMMERCIAL ITEM DESCRIPTION **LINE ITEM 0001** MOJ Personal Protection School Provide complete turn-key operations,including all facilities, labor, services and material necessary to train and graduate Iraqi personnel in a curriculum of Personal Protection Detail skills in 12 266 person graduating classes. Classes shall have a duration of 28 days. Every 14 days new training classes will commence. Classes begin 10 July 2004 ending 10 January 2005. 12 Month Option. **1001** 12 Month Option Period, MOJ Personal Protection School Provide complete turn-key operations, including all facilities, labor, services and material necessary to train and graduate Iraqi personnel in a curriculum of Personal Protection Detail skills in 24 266 person graduating classes. Classes shall have a duration of 28 days. Every 14 days new training classes will commence. Classes begin 11 January 2005 and shall end by 10 January 2006. (See attached Statement of Work (SOW)) Place of delivery / performance: See SOW for place of performance of Governorate and City. All Cost included, Firm-Fixed Price. The PRICING PROPOSAL PORTION - The Contracting Officer will EVALUATE PROPOSALS on the following basis: 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) 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. The following factors shall be used to evaluate offers: TECHNICAL: The offeror will provide sufficient detail in their proposal to allow the government to ascertain that the offeror understands and can deliver services in accordance with the Statement of Work. Offerors should list all key subcontractors and their function, staff, program manager and instructor resumes, facility of instruction, a detailed course of instruction, detailed base support plan or equivalent explanation of how the offeror plans to take care of attending students (to include but not limited to lodging, food, transportation to class, etc). PRICE: Provide unit and extended pricing for CLINs 0001 and 1001. (a) IAW FAR Part 15.305 (a)(1) Cost or Price Evaluation, this competitive procurement will establish the basis for price reasonableness. (b) Total evaluated price, for award purposes, will be based upon the total price proposed for all items combined. PAST PERFORMANCE: Past performance information, to include recent and relevant contracts for the past 3 years, for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) Technical is weighted significantly more than Cost. Cost is weighted less than technical but more than past performance. (b) Options. 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 option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise 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 offer’s 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. (End of Provision) Provision 52.212-1, Instructions to Offerors- Commercial Items applies. Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer, which can be found at http://www.arnet.gov/far/. Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. Option to Extend Services-The government may require continued performance of any services within the limits and at the rates specified in line item 1001 of this contract. The Contracting Officer may exercise the option by written notice to the Contractor at least 14 days prior to the expiration of this contract. 52.217-9--Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 14 days prior to the expiration of this contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed five years. Proposals will be due to the Coalition Provisional Authority (CPA) – Contracting Activity, Republican Presidential Compound Baghdad, Iraq APO AE 09316, by 12 June 2004, 8:00 p.m. local time. *Proposals can be emailed to the listed point of contact.* Point of Contact is Major Lloyd Blackmon, lloyd.blackmon@cpa-iq.org or Mr. Marcus Overbay at marcus.overbay@cpa-iq.org. STATEMENT OF WORK Coalition Provisional Authority Council of Judges Close Personal Protection/Force Protection Training School 1. GENERAL The Council of Judges intends to form a Close Personal Protection Force Protection School to train personnel both for Personal Security Details (PSD) for judges, and prosecutors and high-risk Witness Security Details. 2. OBJECTIVE: Beginning on or about 10 July 2004 and continuing for each of the next six months, and renewable thereafter, for an additional12 months. Contractor shall train Iraqi personnel in close personal protection techniques and force protection measures. The contractor shall run 18, 28-day PSD classes (consisting of multiple courses), starting 15 Jul, going with two overlapping classes (approximately 266 students each) per month until approximately 1595 graduates are realized after six months, approximately 4800 after 18 months. 3. INTRODUCTION: The goal of this project is to provide organic PSDs to the Iraqi judiciary and Counsel of Judges. This effort will provide the ability for Iraqis to provide quality protection services for some 800 judges at reasonable government-level salaries. 4. BACKGROUND: The Iraqi justice system lacks the technical expertise needed to train individuals as PSDs. Specifically, assistance is needed in close personal protection and force protection measures. In the area of high-risk protection services, it is critical to have expert trainers on hand to establish a baseline regimen of training evolutions. This expert training is dependent upon real world operational experience of the individual trainers and their experience as trainers of governmental units of countries going through the pains of reconstruction. 5. GOVERNMENT-FURNISHED PROPERTY AND INFORMATION a. The Counsel of Judges will provide one 9mm pistol plus one 50 round box of 9mm ammunition to each graduating student of the PSD school. b. The Counsel of Judges will provide access to a Photo ID Machine for Contractor to provide photo ID badges to each graduating student of the PSD school. 5. CONTRACTOR-FURNISHED PROPERTY AND INFORMATION, TO INCLUDE BUT NOT LIMITED TO: a. Contractor shall conduct one 28 training day course of instruction with approximately 266 students per class beginning on the 1st and 15th of each month overlapping. The students are to be nominated by the judges from the general population at large and the names thereof will be provided by the Government to the contractor with a minimum ratio of one indigenous Arabic speaking instructor per 20 students. b. Contractor must provide an Arabic curriculum developed and presented by security professionals each with a minimum 10 years of relevant personal protection experience gathered from foreign military/law enforcement/security backgrounds. Local Iraqi instructors may be used as presenters and trainers upon approval of the COR. c. Contractor must provide usable training facility for all associated training purposes. COR shall inspect this facility and the contracting officer shall approve in writing. d. Contractor is responsible for providing all support, to include but not limited to, lodging, meals, security for cadre and students, transportation between lodging and training facility, training weapons (AK47 and 9MM Glock pistol) and ammunition for each course. . e. Contractor must arrange for delivery and storage of all course training supplies, translators, support staff, vehicles/transportation, lodging, meals and range ammunition. f. The Government will not insure contractor, contactor employees, students or facilities used. 6. SPECIFIC TASKS a. The contractor shall provide instructional Close Protection/Force Protection training services. The objective of each training module or lesson obtained under this contract is to prepare all students as efficiently and effectively as possible to perform stated mission. b. The goal of each training module or lesson is to provide the student with the broad skills and knowledge necessary to protect the life of the principal in high-threat areas of Iraq. In particular, each of the below categories shall be incorporated into an overall course of instruction and scenarios: Physical Training 1. Unarmed Combat Tactics 2. Resistance and Capture Techniques 3. Non-lethal Apprehension and Restraint Techniques 4. Conflict Resolution 5. Communications 6. Principles of Deadly Force Escalation/Legal Engagement Rules 7. Basic to Advanced Glock Pistol and AK47 Weapons Training and Qualification with a minimum of 1000 rounds per weapon. 8. IED Recognition and Avoidance 9. Vehicle/Body Search 10. In-Classroom Driver Instruction: Single and Two Vehicle Tactics 11. In-Classroom Vehicle Driver/PSD/Pax Emergency/Threat Response 12. Route Selection 13. Counter-surveillance Principles 14. Reconnaissance 15. Security Advance Principles 16. Basic First Aid Theory and Practical Application Scenarios 17. Comprehensive Protection Planning 18. Risk/Threat Assessments: Vehicle/Residence/Office/Travel 19. Escape and Evade Ambush: Vehicle/Open/Building 20. Duties of Sentry/Guard; Residence Agent 21. Access Control 22. Public Perception 23. Movement Drills 24. Attacks on Principal (AOP) Drills 25. Hostage Situation Scenario 7. REPORTS AND CORRESPONDENCE a.. All reports and correspondence required by this SOW and generated by this contract shall be clear, concise, accurate, in English and in a format specified by the COR. 8. PROJECT MANAGER (PM) a. The contractor shall provide an individual to serve as Project Manager (PM) and for this contract exclusively. The PM shall be responsible for the overall management and have full authority to act for the contractor on all matters relating to daily operations of this contract and shall be the central point of contact with the Contracting Officer and COR. The PM shall always be reasonably available to the COR and Contracting Officer. The primary function of the PM is to liason between the Contracting Officer and COR and contractor personnel on all contract performance issues and to troubleshoot problems. The PM shall have the nature and extent of experience such that the individual can effectively manage an operation of the type described herein within the SOW. 9. MEDICAL REQUIREMENTS a. All contractor personnel under this contract shall be physically and mentally able to perform their assigned duties. They shall be in good physical and mental health and free of any physical and mental disabilities that would prevent them from performing their duties. They shall possess binocular vision correctable to 20/30 and shall be capable of hearing normal conversation at five meters with either ear, without a hearing aid. Contractor must administer a physical test for each employee annually and provide the results to the COR upon request. 10. REMOVAL OF EMPLOYEES The Government reserves the right to recommend removal of individual employees under this contract for the following reasons: a. Falsification, misrepresentation or omission of significant facts or information on the application for employment, alien personal history statement or any other employment documents produced or signed by the individual b. Criminal, infamous, immoral or disgraceful conduct and any abuse of deficiency in the employee’s judgement or reliability. c. Mental illness of a nature that, in the opinion of a competent medical authority, causes a deficiency in the employee’s judgement or reliability. d. Any behavior, activity or association that tends to show that the employee is not reliable or trustworthy. This factor all applies to conduct in all previous employment. e. Violation of security and safety requirements. f. Displaying a lack of respect or cooperation with supervisory contractor, Government personnel or other participating forces. g. The Government further reserves the right to request removal of an individual employed under this contract who, subsequent to their hiring, is found to be in violation of any of the aforementioned activities. h. The contractor employees are subject to the lawful orders, rules and regulations of the Government. 11. STUDENT TRAINING a. Training Schedules. The contractor shall develop and submit upon request to the COR written training schedules and plans for the purpose of adequately training students to perform competently as Personal Security Details (PSD) members for judges, and prosecutors and high-risk Witness Security Details. The written schedules shall be in English and must reflect the location, date and time of all training classes. The COR shall have access to the current training plan and schedules and shall be allowed to monitor the training for verification as to whether they meet contract criteria. 12. STANDARDS OF APPEARANCE AND CONDUCT a. Uniform work clothing shall be in a clean condition. All equipment (e.g. pistol belt, holster, etc) will be clean. Hair will be clean, well groomed and generally provide a professional appearance. Hair length must not interfere with the wearing of any required headgear. Mustaches and beards will be neatly trimmed and must not interfere with the performance of duty. b. Conduct which threatens, in any way, the security, health and welfare of Government or other participating forces and civilian personnel or does not ensure the highest standards of good order, discipline and readiness will not be tolerated. All persons employed under this contract are charged with the individual duty to become familiar with the standards of conduct as outlined in this paragraph and to obey its directives. Supervisors are charged to ensure all employees are familiar and comply with these standards. c. The following actions are prohibited: 1. Purchase, possession, use, sale or transfer or privately owned firearms, ammunition or explosives or the introduction of these items into the Iraq AOR. 2. Selling, bartering or exchanging any currency, other than at the official host nation exchange rate. 3. Selling, bartering, giving or otherwise transferring goods or services, imported or acquired under duty or tax privileged conditions, to a person not authorized to purchase goods or services in a US Army and Air Force Exchange Service facility. Gifts of a personal nature on customary occasions may be made in non-commercial quantities. 4. Wrongfully removing, possessing, selling, transferring, defacing or destroying archeological artifacts or national treasures. 13. QUALITY CONTROL (QC) a. Quality Control/Records Inspection. The Contractor shall establish a complete QC program to ensure the requirements of the contract are provided as specified and shall provide a quality plan as part of his proposal. This plan shall be part of the contract. The records of internal inspections shall be kept and made available to the government upon request throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract. b. Contractor Evaluation. Per the Inspection of Services clause, FAR 52.246-4, the government shall regularly inspect the contractor’s performance under this contract. As a result of this surveillance, the contracting officer may require the contractor’s program manager to meet with the contracting officer, COR and other government personnel as deemed necessary to correct any problems. Should the contractor not adequately address quality concerns, this may be reflected in appropriate Past Performance data or available contractual remedies listed in other sections of this contract. 14. VETTING OF STUDENTS a. Potential students will be selected prior to class entry by the Government. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/CPAIRAQ/APOAE/W914NS-04-R-0148/listing.html)
 
Place of Performance
Address: Baghdad
Country: Iraq
 
Record
SN00597068-F 20040605/040603213210 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.