MODIFICATION
S -- Ministry of Defense Annex
- Notice Date
- 6/17/2004
- Notice Type
- Modification
- 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-0150
- Response Due
- 6/20/2004
- Archive Date
- 7/5/2004
- Point of Contact
- Gary Kimmel, Contingency Contracting Officer, Phone 914-822-5235, Fax null,
- E-Mail Address
-
doug.kimmel@CPA-IQ.org
- Description
- The purpose of this amendment is to provide a revised statement of work. SOW parts 1.0 through 10.1.6 are posted to this amendment. The remainder of the SOW will posted to amendment 09. TABLE OF CONTENTS 1.0 SCOPE OF WORK 2.0 PERIOD OF PERFORMANCE 3.0 GENERAL INFORMATION 4.0 WORKSITE SAFETY 5.0 ENVIRONMENTAL PROTECTION 6.0 ANTI-TERRORISM AND FORCE PROTECTION 7.0 CONTRACTOR PERSONNEL REQUIREMENTS 8.0 DEFINITIONS 9.0 DELIVERABLES 10.0 MOD ANNEX REQUIREMENTS 1.0 SCOPE OF WORK. The contractor shall provide all resources, personnel, equipment and management necessary to operate and maintain the Ministry of Defense Annex. The estimated number of personnel is 250 on 15 Jul 04 escalating to 400 on or before 1 September 04. 2.0 PERIOD OF PERFORMANCE. The anticipated period of performance is 15 Jul 2004 through 14 Jul 2005, with a proposed one year basic period and a one year option period. 3.0 GENERAL INFORMATION. Not withstanding any other provisions of this contract, the Coalition Provisional Authority (CPA) and Iraq are currently in the process of writing regulations and Iraqi laws and standards that the contractor will be required to adhere to when they are implemented. The Contracting Officer?s Representative will ensure that the contractor is properly notified and provided guidance on how to obtain copies of the rules, laws, regulations and policies that are adopted. In the case of inconsistencies, the contractor shall contact the Contracting Officer?s Representative (COR), identify the inconsistency, and seek guidance. 4.0 WORKSITE SAFETY. The contractor shall be responsible for the safety of his personnel and base camp residents during all operations. The contractor shall develop a safety plan that provides how the contractor will provide safety to his personnel, equipment and base camp residents, NLT 10 days after the date of contract award. Iraq is currently in the process of developing safety regulations and guidance and the contractor will be required to adhere to these regulations and guidance when they are implemented. The contractor shall follow directions provided by the Procuring Contracting Officer (PCO) also. 5.0 ENVIRONMENTAL PROTECTION. Iraq is currently developing regulatory environmental rules and regulations, upon implementation of these rules and regulations the contractor is required to adhere to them in performance of this contract. 6.0 ANTI-TERRORISM AND FORCE PROTECTION (AT/FP). The contractor shall be within the scope of MOD Annex planning, development and maintenance, and partner with the applicable AT/FP personnel on site, as dictated by the COR, to provide any required physical security protective measures and security procedures consistent with base camp design for physically securing spaces, buildings etc. by means of appropriate locks and other securing mechanisms. The contractor shall not be responsible for providing personnel resources to the base facilities in support of AT/FP. 7.0 CONTRACTOR PERSONNEL REQUIREMENTS. The contractor shall, to the maximum extent possible, hire host/local national personnel. The contractor shall maximize subcontracting to the host nation and hiring of their personnel. The contractor shall provide personnel information on all host/local national personnel hired, as required by base security requirements. The government will not provide facilities such as living quarters for contractor hired employees. The government will provide sufficient facilities for watch teams that are required to be on station on a 24 hour basis. 8.0 DEFINITIONS 8.1 CONTRACTING OFFICER REPRESENTATIVE (COR): The contracting officer representative oversees and is the point of contact for all operations by the contractor. 8.2 FULLY MISSION CAPABLE (FMC): Equipment that is safe and has all mission essential equipment in a serviceable and operating condition. 8.3 NOT MISSION CAPABLE (NMC): A materiel condition indicating that the equipment cannot perform any one of its mission functions. 8.4 FAULT: A term used to indicate that a piece of equipment has a deficiency or shortcoming. 8.5 DEFICIENCY: A fault or problem that causes equipment to malfunction. Faults that make the equipment not mission capable are deficiencies. 8.6 MAINTENANCE: For the purposes of this Statement of Work (SOW), the term maintenance includes custodial cleaning, sanitization to include but not limited to latrines buildings, equipment, and lubricating generators in accordance with (IAW) applicable maintenance regulations, handbooks, billeting and administrative standards, and COR guidance. 8.7 ORGANIZATIONAL MAINTENANCE (OM): That maintenance which is the responsibility of and performed by a using organization on its assigned equipment. Its phases normally consist of inspecting, servicing, lubricating, adjusting, and replacement of parts, minor assemblies and subassemblies. Organizational maintenance activities normally do not require highly specialized skills or equipment. 8.8 INTERMEDIATE MAINTENANCE (IM): Maintenance which is the responsibility of and performed by designated maintenance activities for direct and general support to using organizations. Its phases normally consist of calibration, repair or replacement of damaged or unserviceable parts, components of assemblies; the emergency manufacture of non available parts; and providing technical assistance to using organizations. IM includes activities requiring the use of specialized equipment or shops and greater specialization of skills then what is utilized at the OM level but not to the depth of Depot Maintenance repair. Intermediate maintenance is normally accomplished in fixed or mobile shops. 8.9 DEPOT MAINTENANCE (DM): Maintenance which is the responsibility of and performed by designated maintenance activities to augment stocks of serviceable material and to support organizational maintenance and intermediate maintenance activities by the use of more extensive shop facilities, equipment and personnel and personnel of higher technical skill than are available at the lower levels of maintenance. Its phases normally consist of repair, modification, alteration, modernization, overhaul, reclamation, or rebuild of parts, assemblies, sub-assemblies, components and end items; the emergency manufacture of non-available parts; and providing technical assistance to using activities and intermediate maintenance organizations. Depot maintenance is normally accomplished in fixed shops and includes all repairs requiring dry dock. 8.10 CLASSES OF SUPPLY 9.11.1 Class I Subsistence to include bottled water and ice 9.11.2 Class II Clothing and equipment 9.11.3 Class III Petroleum 9.11.4 Class IV Construction and barrier material 9.11.5 Class V Ammunition 9.11.6 Class VI Personal convenience items 9.11.7 Class VII Major end items 9.11.8 Class VIII Medical supply 9.11.9 Class IX Repair parts 9.11.10 Class X Non-military material 9.0 DELIVERABLES. The contractor shall prepare an initial Integrated Master Plan (IMP) and provide it to the Contracting Officer/COR within 10 days of award of contract. Additionally, the contractor shall submit the following reports: 9.1 Daily Event Situation Report (SITREP) 9.2 Accident Reports, if applicable 9.3 Office Sanitation Inspection Report. This report can be submitted once a week, but must be inclusive of all daily sanitation inspections and cleaning of all non-troop common areas, latrines and ablution units; seven days a week. 9.4 Daily Equipment Status Report. The contractor shall provide a daily report on the status of equipment. The report will include equipment that is down for repairs, replacement, and re-order. The report will include the status of plumbing and latrines. 9.5 Weekly Vehicle Maintenance Report. The contractor shall provide a weekly status report on vehicle maintenance. The report will include vehicles in service, vehicles in repair, vehicles waiting for parts, and vehicles beyond repair. 9.6 Weekly Fuel Report. The contractor shall provide a weekly fuel consumption report of all fuel delivered to the base and fuel pumped into vehicles. * Contractor will develop report structure to be approved by the COR or PCO. The contractor is required to maintain all reports and records for a one year period after contract expiration. 10.0 MOD ANNEX REQUIREMENTS. 10.1 MOD ANNEX MAINTENANCE. The contractor shall provide Operations and Maintenance (O&M) in support of the MOD Annex composed of pre-existing facilities. The contractor shall setup and maintain all necessary equipment for office space, as directed by the PCO. This does not include the purchase of furniture for office or billeting. Office space for all personnel will be in pre-existing facilities. This service also includes maintaining plant life, grounds maintenance and landscaping. Landscaping Requirements-A detailed landscaping plan will be submitted including drawings, plant material lists and maintenance plan will be submitted. Consideration should be given to developing an aura of a Middle Eastern oasis to include a pool or fountain in the compound common area. Appropriate lighting will be employed to accentuate both landscaping and traffic areas. Ornamentals will be employed in depth for both screening and aesthetics. Screening of maintenance areas, car parks and fence areas should be accomplished where appropriate, to include palms or other tall growing plants, to obscure views above fences. Design of landscaping plan should include both indigenous plants and: roses (colors to be determined), gardenias (for fragrance and color) and hibiscus (colors to be determined) plants for color, as well as other plantings to provide near year-around color/contrast. Planters will be employed in paved areas to enhance overall aesthetics of the non-green areas. Organic mulch will be employed in landscaped areas to prohibit water evaporation and weed growth as well as to enhance aesthetics. Mulch must be established and maintained at a depth of at least 1?, but not more than 3?. Turfgrass will be an accepted variety adapted for the Baghdad climate. Zoysiagrass is preferred; however, bermudagrass or other fine, managed, warm-season turfgrass species is acceptable. The turfgrass will be mowed weekly for Zoysiagrass and 2x weekly for bermudagrass. Mowing will be accomplished with reel mowers or with well maintained rotary mowers only. Turf maintenance will include any needed management practices such as: dethatching, vertical mowing, core aerification, edging and pest management. Irrigation will include subsurface plumbing with pop-up sprinkler heads for turfgrass areas or where appropriate. Landscape plantings will require drip irrigation serviced by subsurface plumbing. Irrigation will be controlled by a multi-function timer to manage both turfgrass and landscape plantings. The controlling device will be capable of multi-zone management. Irrigation zones will be established for turfgrass and differing sectors of landscape plants as needed. The equipment will be from established, reputable vendors such as, but not limited to, Rainbird or Toro. Maintenance of landscaped areas will be performed weekly and will include trimming, fertilizing, pruning and pest control. Fountains/pools will be maintained as needed to enhance overall aesthetics. Algae, weeds, and other pests will be controlled. Fountains and pools will be properly aerified to prohibit stagnation/vector habitat. A maintenance schedule will be furnished by the contractor detailing management practices. 10.1.1 WORK ORDERS. The contractor shall establish work order procedures and response capabilities in support of IAF facilities. 10.1.2 REPAIR STATUS REPORTING. The contractor shall report to the COR and/or PCO in the event that repairs cannot be completed within twenty-four (24) hours after failure of the equipment and or/component item. Reports must include the problem(s), reason for delay and the estimated time of completion. 10.1.3 EMERGENCY REPAIRS. The contractor shall immediately contact the COR and/or PCO in the event of any failure in water, sewage, electric, or general utility networks. 10.1.4 EMERGENCY REPAIR RESPONSE TIME. The contractor shall respond to emergency repair requests within one (1) hour of notification. Emergency repairs include, but are not limited to heating and air-conditioner repair, power failures, water leaks and stoppage, and sewage backup and stoppage. 10.1.5 NORMAL REPAIRS. The contractor shall initiate normal repairs within twenty-four (24) hours after notification of a failure of the equipment and/or component items that are used to support services at the Base Camp. If repairs will exceed eight (8) hours the contractor shall notify the COR and/or POC prior to beginning work. 10.1.6 WORK AREA CLEANUP. The contractor shall clean all work areas daily and upon completion of repairs to a safe and sanitary condition.
- Place of Performance
- Address: Ministry of Defense Annex
- Country: Iraq
- Country: Iraq
- Record
- SN00605695-W 20040619/040617212626 (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 |