Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
MODIFICATION

M -- Operational Support at Camp Watan, Kabul Afghanistan. The contractor shall provide all services, materials, camp supervision, labor, security, and equipment to operate, and maintain a training camp

Notice Date
3/22/2005
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMPD-05-R1064
 
Response Due
3/28/2005
 
Archive Date
4/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Operational Support at Camp Watan, Kabul Afghanistan. The contractor shall provide all services, materials, camp supervision, labor, security, and equipment to operate, and maintain a training camp. The Office of Acquisitions Management intends to issue a solicitation for the operation and maintenance of a training facility which houses approximately 50 expatriates and 80 local personnel in Kabul, Afghanistan. The facility consists of modular units constructed for the use and occupancy of local guard and contractor employees who shall provide services in Kabul. The Camp Watan facility includes units to house approximately 50 Expats and 80 local personnel to include facility support staff. The camp include latrines, bath facilities, office units, classrooms, training facilities, recreational facilities, storage facilities, infirmary, guard houses, maintenance units, permanent walkways, weapons storage facility and laundry facility. The camp includes a dinning facility and full food service operation supporting 24 hours, 7 days a week operations, which the contractor shall be responsible to provide.//// The contractor shall be required to maintain, additional requirements such as to include a three 500 KVA back-up power supply (generators), electrical distribution lines (underground), water distribution lines (underground), water storage facility, septic tank (sewage storage facility/sewage drainage), access roads, and perimeter security walls and set back. The contractor shall be tasked to provide on-going maintenance services for a base period and four optional periods. Potential contractors shall be in possession of all required permits and licenses to perform general construction work in Afghanistan that may occur on the Camp. All locally required permits and construction approvals shall be obtained by the contractor.///All communication, correspondence, and documentation must be in English. Travel to Kabul is at the expense of the offeror. There is no provision for reimbursement of proposal costs and or site visit. In addition, the contractor shall have the financial capabilities to maintain operating expenses of up to $2.5 Million per year. This solicitation/contract shall be 100% set aside for small business. No large business need to apply. The government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This will be a fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for a base period of one year with four one-year options. The North America Industrial Classification (NAICS) Code 561210 with a size standard of $30 million. ///////////////////////////////////////////////////////////////// PHASE 1=TECHNICAL PACKAGE: ONLY small business shall be considered for award under this announcement. All small business must submit the following information by 3:00PM on March 28, 2005 to the office below or no further considered under this announcement will be allowed. Small business firms shall submit to the contracting office a brief capabilities statement package to include financial capabilities (no more than 50 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requirement described above. The page limitation cited is not inclusive of resumes/personnel information. This documentation shall address, as a minimum the following: (1) prior/current corporate experience in performing efforts of similar size and scope within the last three years, including contract number, and organization supported , indication of whether the prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to this requirement; (2) Company profile to include number of employees, annual revenue history, office location(s) CAGE Code and DUNS Number and statement of small business status; (3) resources available such as corporate management and current-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (5) financial capability to maintain operating expenses of up to $2.5 million per year. Contractors whom receive an acceptable rating will be notified via e-mail or telephone. Contractors whom receive an acceptable rating shall also be required to submit a transition plan for taking over the camp services; with their RFP. The technical package as in this paragraph shall be sent by mail or hand delivered to the following address: U.S. Department of State: Attn: Howard Williams Jr; A/LM/AQM/WWD, 2nd Floor, SA-6; 1701 North Fort Meyer Drive; Arlington, Va 22209. Include the solicitation number on the face of the package. Request for clarifications must be submitted in writing to Howard Williams by e-mail Williamsh@state.gov. Voice contact telephone (703) 875-6279. ///////////////////////////////////////////////////////////////// PHASE 2= If you are deemed techically qualified by the Government you will be sent an RFP solicitation and invited to a site visit at Camp Watan at the contractor?s expense to then submit an RFP with the contractor?s cost proposal for this project. Issuance of the subject solicitation is estimated to occur in early April 2005. A Pre-Proposal Conference and Site Visit is planned to be held in late-April 2005; further details will be announced later. Award of the solicitation will be to the technically acceptable, responsible offeror with the lowest evaluated price. Point of Contact: Howard Williams Jr Contracting Officer Place of Performance address: Kabul Country: Afganistan
 
Place of Performance
Address: Kabul
Country: Afghanistan
 
Record
SN00773166-W 20050324/050322211842 (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.