SOLICITATION NOTICE
M -- Request for Information, Market Research for upcoming Base Operations Support Services NAICS 561210 and Base Security Services NAICS 561612.
- Notice Date
- 7/14/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USA Central Command - Qatar, ATTN: ARCENT-QA-DOC, Doha, Qatar, APO, AE 09898
- ZIP Code
- 09898
- Solicitation Number
- W912D2-05-RFI01
- Response Due
- 8/25/2005
- Archive Date
- 10/24/2005
- Small Business Set-Aside
- N/A
- Description
- Description The Army Contracting Agency is asking for your help. The goal of this market research questionnaire is to develop an RFP which will result in proposals that will be clear, concise and responsive to the governments requirements. The A rmys objective is to have a source selection that will result in a flexible state of the art contract where Government and Contractor may partner to be responsive to the requirements of not only the US Army but possibly other DoD components in the Area of Responsibility (AOR). Please take the time to review this market research questionnaire and give the Government your feedback. THIS IS NOT A SOLICITATION. THIS IS FOR INFORMATIONAL ONLY. Feel free to answer all or some of the Armys questions. Your input is very important to us. THANK YOU. Acquisition Background: The original solicitation was issued as a base year with four (4) option periods in a competitive environment. A contract was awarded to DynCorp (CPAF) in Feb 03, Contract No.: DAMB09-C0014 with a base year of $3,360.326.00 for B ase Security Services and another contract was awarded to ITT for Base Operations Support Services in Feb 03, Contract No.: DAMB09-03-C0013 for a base year amount of $9,449,513. General Requirements of Potential Contract to provide: The contractor shall provide all personnel, equipment, tools, materials, supervision, other items and services, but not limited to, necessary to perform the following: a) Mission Support; b) Program Management; c) Operations and Maintenance; d) Quality Control. To successfully provide base operating support for Camp As Sayliyah Doha, Qatar and possibly the same for any DoD entity in the region; with the ability to expand/reduce the level of suppor t at existing, new, and or additional DoD entity within the Area of Responsibility (AOR). Mission Support Base Operation Support Services = BOSS and Base Security Services = BSS is to include but not limited to the following: Supply and Services, Supply Support Activity = SSA, Class I - Operational Rations; Potable Water, Class II - General Supplies and Equipment, Class III Petroleum, Oil and Lubricates, Class IV Construction Materials, Class VI Personal Demand Items, Cla ss IX Repair Parts, Self Service Center, Central Issue Facility, Unit Supply, Installation Retention & Retrograde Site, Property Handling Area, Property Classification Facility, NBC Defense Equipment; Office/Cleaning Supply Support Multiple Full Food Services Facilities : Menu Planning, Requisitioning/Acquisition of Subsistence, Receipt/Storage of Subsistence and Food Preparation; Food Serving, Cashier Operations, Dining Area Services, Facility Cleaning, Dish/Pot/Pan/ Equipment Clean ing and Supplies; Trash/Garbage Supplies, Field Feeding; Installation Transportation: Passenger Travel Official and Unofficial; UB/HHG Shipments; Transportation Motor Pool Operation, Transportation Truck Operations; Movement Control Team; Port Operations (both air and sea); Shuttle Bus Service - multiple route s 24X7; Installation Fuels, Logistics. Public Works Support: Support to Installation Housing Office, Real Property Office, Service Order Reception Desk, Operation of Utility Plants, Preventative and Corrective Maintenance, Roads & Grounds Maintenance, Custodial Services, Pest Control (Vector Co ntrol), Refuse Collection and Disposal, Architect-Engineering Services, Minor Construction, Support of Contingency Operations, Fire Department, Installation Fuels, Grounds Maintenance, Water Systems, Lift Stations, Sewage, Waste Management, Janitorial Serv ices, Electrical Services, Power Generation. Moral, Welfare and Recreation (MWR): MWR Management, Community Recreation, Community Club Medical Services: Ambulance EMTs. Note: There maybe a additional requirement in the area, but is yet to be defined and determined. Safety Program: PPE Hazard Analysis, Safety Training, Radiation Protection Program, Con fined Space Program, Hazardous Communication Program, Respirator Protection Program, Hearing Conservation Program, Blood-borne Pathogens Program, Medical Surveillance Program, Industrial Hygiene Program, Safety Plan & Job Hazard Analysis, Sight Protection Eye ware, Safety Inspections & Accident Reports and Investigations Security Services: Security Plan, Initial Response Force, Kennel Master and Dog Teams, Weapons and Ammunitions, Security Services [such as Force Protection, Provost Marshal Office, Pass and ID, Law Enforcement] Environmental Program: Environmental-Safety and Health, Air Field Type Activities: Air Field Management, Air Field Maintenance, various forms of Aircraft Maintenance and cleaning, Aviation Fuel Support, this maybe a future requirement, but is yet to be defined and determined Air Port Type Activities and Sea Port Type Activities: Preparing cargo to be loaded onto a vessel and handle the cargo coming off the vessel. Provide assistance as necessary, preparing cargo for Aircraft loading; breaking down cargo pallets once unloaded. Limited Support at this time. This maybe a future requirement, but is yet to be defined and determined. Communications: This maybe a future requirement, but is yet to be defined and determined. Program Management: Requirements include all Management and Integration, Administration, Planning, Cost Management and Control, and Workforce Allocation necessary to support BOSS functions. Administrative Support: Postal Operations, Protocol Support, Photo Lab Support, Public Affairs Support, General Office Support, Comptroller Support, Finance and Accounting Support and base security services. Quality Control: Requirements include compliance with ISO 9001; Performance Analysis and Performance Improvement necessary to support the BOSS functions. Objective of Market Research Questionnaire: In order to determine whether this requirement should be considered a commercial item for acquisition purposes and to incorporate industry best practices into the requirement, US Army Contracting Command is acc omplishing market research. The information acquired from market research will be used to determine whether the requirement can be considered a commercial item. A determination that the requirement is a commercial item allows the US Army to use Federal Ac quisition Regulation (FAR) Part 12, Acquisition of Commercial Items, acquisition policies and procedures, to procure the requirement. This research will also help us ensure we write a Performance-Based Work Statement (PBWS) to the maximum extent possible. Commercial Item Definition: A commercial item, as defined in FAR 2.101, is an item that has the following qualities: Customarily used for non-government purposes. Evolved from an item customarily used for non-governmental purposes and will be available on the commercial marketplace in time to satisfy the requirement, or an item that would satisfy a criterion expressed i n paragraphs (a) or (b) if modified. Installation services, maintenance services, repair services, training services, and other services if such services are procured for support of an item referred to in the above paragraphs of this definition, and if th e source of such services: Offers such services to the general public and the Federal Government contemporaneously and under similar terms and conditions; and Offers to use the same work force for providing the Federal Government with such services as the source uses for providing such services to the general public. Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed under stand ard commercial terms and conditions. This does not include services that are sold based on hourly rates without an established catalog or market price for a specific service performed. Questions: Please review the following questions and provide feedback/input you think would be relevant to planning the BOSS/BSS Solicitation and resultant contract. Answering all questions would be appreciated but is not mandatory; however, any input you provide will be considered prior to posting of the final Re quest For Proposal (RFP). Please mark information that you wish to be protected as Acquisition Sensitive or Proprietary. Questions: General Does this requirement meet the criteria listed above for a commercial item? Why or Why Not? Are there any major differences in the Governments requirement and similar requirements found in the commercial marketplace. Do prospective bidders prefer a pre-proposal conference or a pre-proposal conference along with a site visit? Please provide an explanation with your answer. RFP / Contract What Quality Control [Contractor] and Quality Assurance [Government] practices used in the commercial marketplace should be considered What benefit do you see from the use of higher-level quality requirements such as ANSI / ISO / ASQ 9001: 2000: etc? Please include extent of use of statistical process controls. What would be the preferred type of contract Firm Fixed Price, Cost Reimbursement, Labor/Hour Time and Material, Contracts with options, IDIQ, etc If IDIQ type contract with task orders, how should the ordering be structured The US Army is considering a combination of Contract Line Item Numbers (CLINs) Firm Fixed Price (FFP), Cost Only, Cost Reimbursable (CPAF or CPIF or CPFF). Should there be award fees or fixed fees or incentive fees or ? If so, what type and reasoning? Please share with us the pricing structures used in similar contracts you are currently performing on. The anticipated NAICS Code is 561210 for Base Operation Support Services, the anticipated NAICS Code is 561612 for Base Security Services. Provide comments on the appropriateness. Currently the US Army has separate contracts for Base Operations and Security. Should this arrangement continue with separate RFPs for Base Operations and Security? Why or why not? What is gained or lost by keeping the two requirements combined verses se parate? Can you please give examples of actual contracts or RFPs to support your opinion? What do you consider to be the optimum amount of proposal preparation time after release of the final RFP? Take into consideration that as much draft information as the Government can provide will be done in advance of the final RFP release. What proposal page limitation would you consider sufficient for an acquisition of this magnitude? Provide a list of customers currently using your services, will need the following information: Name of Company and address Point of Contact Telephone Number, Cell-Phone Number, Fax Number E-Mail Address Type of Contract, Type of CLINs Type of services being provided Provide any potential conflicts of interest for services rendered. PBWS Performance Based Work Statement; SOO Statement of Objectives; SOW Statement of Work SOW - Identify PBWS/SOO/SOW cost drivers and provide recommended revisions that will still allow for the mission needs to be met. Comment on the pros and cons of using PBWS or SOO or SOW Identify non-performance based How Tos where the Government can make items more performanced-based and ways the Government can achieve these best practices to allow for best value contracting. Identify other methods of providing reports, deliverables, and submittals in lieu of Contract Data Requirement List (CDRLs) / Data Item Descriptions (DIDs). Identify what in accordance with your experience is unnecessary deliverables and Why? What publications, manuals and/or guides can the Government delete/change and Why? Provide comments on your experience (good or bad) with contracts using Government directives. Provide suggestions for improvement in this area. Identify capabilities to meet surge demands dictated by mission requirements. Provide potential limiting factors for logistical support required to meet mission requirements. As the Project Manager for the Base Operations Support Services and Security Services Contract, how would you set-up and operate, repair, maintain and document the repair of the property, equipment, roads, grounds, utility systems, security services, secur ity systems, fire detection/suppression systems, corrosion/cathodic protection systems, environmental protection systems and living facilities? Explain how you would manage processes/performance from the U.S. when the work is being performed in remote foreign locations? What acquisition processes are used to achieve life-cycle cost savings for systems or equipment being procured? What processes do you have in place to address parts obsolescence and diminishing manufacturing sources? What commercial/industry standards are you using for control and accountability of contracted assets? How does the commercial sector support end items designated as significant military equipment that are subject to the International Traffic in Arms Regulations (ITARS)? What principles will be used to respond to transportation requirements for deployments and surges? Evaluation Factors - What would you consider to be critical performance measurements and Minimum standards to be met? Identify critical factors/elements of evaluation for source selection in addition to cost and past performance. What criteria do you believe would assist the Government in receiving an offer that results in less Government oversight? What kind of proposal requirements would really allow your firm to distinguish itself from other capable firms in this type of work? What minimum qualifications should a firm posses to compete for a government contract of this magnitude? Would a site visit be required for your firm to submit a proposal? Why or why not? If the Government only provided industry with a statement of objectives and NOT a statement of work, would your firm be able to write an Performance Work Statement (SOW) as part of the technical proposal? For a fixed priced proposal or T&M proposal and/or cost proposal, what type of technical exhibits, historical data, work estimates, would help industry in developing a cost or price proposal? Please be as specific as possible. The Armys goal is to elimina te FOIAs during proposal time. The Army is contemplating a requirement that firms competing for this work be commercially registered in the State of Qatar, verses a sponsor relationship, what is your experience in this area? Explain. The Army is contemplating a requirement that firms competing for this work have at least two years experience (Prime Level) in three of the functional areas covered under the requirements for base operations support, in the Middle East. What is your expe rience? Explain. Industry Practices When working overseas what type of mix does industry go by when it comes to personnel (US, Other Westerns, Local Nationals, Foreign Nationals/Third Country Nationals), is there a percentage or formula that you go by, please explain. How does industry address the care of personnel, vacations, R&R, EML, transportation, housing, various allowances for living in an overseas environment, retention, promotions, etc.? Does industry have requirements for personnel to be certified and or recertified/proficient (ISO 9000/9001) on an annual/semi-annual basis in their field of expertise? What is the standard industry practice for personnel to maintain proficiency? Are industry standards, instructions, manuals, guides, procedures that will meet US Army and FAR needs or replace Government directives in any of the SOW areas? What is the industry standard for reporting quality surveillance and document submittals? How does industry set-up and deal with cost reimbursable type contracts? Example: When travel is necessary on commerci al/industrial type contracts, explain how does industry ensures the amount billed is fair and reasonable What are the payment procedures for contracts of this size? How often are payments made, and what acceptance procedures are used? Does industry have maintenance management principles/processes such as ISO 9000/9001 similar to what the US Army uses? Explain how industry applies these processes? Provide comments on how industry manages issues affecting operations & maintenance proces ses, support/logistics concepts, and procedures to improve maintenance effectiveness. How does industry deal with maintenance/logistics data collection? Provide suggestions/recommendations on how the Government should address these issues. What is the current industry concept for parts management? Are there industry standards for ordering, receipt, inspection, storage, issue and shipment of direct and indirect support equipment and supplies? What industry practices or standards are used to manage stock levels consistent with demand, data, consumption, repair data, and order and shipping time? What programs/practices are utilized to promote parts quality, enhance parts reliability, and parts supportability? What industry principles are utilized to provide timely corrective maintenance on Fire Fighting vehicles, refueling vehicles, aircraft towing vehicles and aerospace ground support equipment. What industry practices are used to provide inbound/outbound personnel property entitlements, movement and storage of personal property, and to ensure custom documentation procedures are prompt allowing for the timely release of cargo? The Army is interested in issuing a contract that minimizes Government oversight, inefficient practices and costly contracting practices, does industry have any suggestions on how to improve base operations solicitations, SOW or any other area which may wa ste or duplicate effort? Summary This information will be used for market research purposes only and will not be used as a part of the source selection evaluation. All information received will be protected and safeguarded as Acquisition / Source Selection Sensitive in accordance with FA R 3.104, Procurement Integrity. Request you submit any input you have, preferably by E-Mail, no later than 15:00 Local Doha Qatar Time on 25 August 2005. If you have any questions regarding this matter, please contact either Mike Diettel, E-mail Address: M ichael.Diettel@qatar.army.mil, Office No.: 011-974-460-9869 ext 2231; or Ingeborg Miller, E-mail Address: Ingeborg.Miller@qatar.army.mil, Office No.: 011-974-460-9869 ext 2644.
- Place of Performance
- Address: US Army Contracting Command SWA - Qatar Unit 504, Attn: Contracting, Mike Diettel APO AE
- Zip Code: 09898
- Country: US
- Zip Code: 09898
- Record
- SN00847388-W 20050716/050714212341 (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 |