MODIFICATION
R -- Security, engineering, management, logistics and administrative services in support of the - Solicitation 1
- Notice Date
- 7/22/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA10R0013
- Response Due
- 9/22/2010 11:59:00 PM
- Point of Contact
- Rakesh N Shah, Phone: 7038756009
- E-Mail Address
-
shahrn@state.gov
(shahrn@state.gov)
- Small Business Set-Aside
- N/A
- Description
- SF 1442 DD Form 254 Equipment Listing - SAQMMA10R0013 FBO - Announcement - SAQMMA10R0013 Solicitation # SAQMMA10R0013 July 21, 2010 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT Security, engineering, management, logistics and administrative services in support of the U.S. Embassy Kabul – Afghanistan FEDBIZOPPS ANNOUNCEMENT The US Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations (OBO), is seeking qualified companies to provide security, engineering, management, logistics and administrative services in support of the U.S. Embassy Kabul, Afghanistan. This is a hybrid contract including fixed price for scheduled operations and maintenance and indefinite delivery/indefinite quantity (IDIQ) contemplating the award of Time and Materials (T&M) task orders utilizing firm fixed price rates established in the contract for unscheduled work for the New Embassy Compound (NEC), Kabul, for the following utility systems: Electrical Generation and Distribution; Heating and Ventilation; Water Supply, Purification and Distribution; Fire Protection; Complete Sanitary Sewer and Waste Water Treatment Plant; Elevator Maintenance; Fuel Storage and Distribution for the Generators. The fixed price will include all work, including furnishing all labor, materials, equipment and services, overhead (including cost of Workers’ Compensation and War-Hazard Insurance, which shall not be a direct reimbursement) and profit, unless otherwise specified. Payments based on quantities and unit prices will be made only to the extent specifically provided in the contract Task Order. An indefinite delivery/indefinite quantity type contract will be awarded for unscheduled work or urgently needed services. Individual task orders will be issued using the fixed hourly rates. The fixed hourly rates shall include wages, overhead, general and administrative expenses, and profit. The actual amount of work to be performed, an estimate of the professional/technical effort required, the time of such performance, and the location of the property (ies) shall be authorized by task orders issued by the Contracting Officer. Orals orders may be necessary for emergency services however they shall be issued in writing within three business days of the oral instructions. This contract payable entirely in U.S. Dollars and within the Task Order issued under this contract. No additional sums will be payable on account of any escalation in the cost of materials, equipment or labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted on account of fluctuations in currency exchange rates. Changes in the contract price or time to complete will be made only due to changes made by the Government in the work to be performed, or by delays caused by the Government. All costs, including services and additional labor rates not listed and priced in contract shall be negotiated in accordance with the Scope of Work for each individual Task Order. The actual amount of work to be performed, the time of such performance, the deliverables, and the location of the work will be determined by the Contracting Officer, who will issue formally executed Task Orders to the Contractor. The only work authorized under this contract is that which is performed after receipt of such task orders or after a written Notice to Proceed (NTP) from the Contracting Officer, which is followed by a formally executed task order. A written NTP may be transmitted by facsimile. During the term of this contract, to include the Base Year and all option years exercised, the Government shall order, as a minimum, services in an amount of at least $5000.00. The Government makes no guarantee as to the number of orders or actual amount of services that will be requested above the guaranteed minimum of $5000.00. The maximum dollar value for the life of this contract (one base year and four option years) is $35M. Contract duration shall not exceed five years. Task orders for each proposed services will be placed against the contract on an as-needed basis and individually negotiated. In order to be considered for award, the Offerors must possess a Defense Security Service (DSS) Top Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess an FCL, as well as the joint venture. All personnel deploying to the site, or involved domestically with procurement of Controlled Access Area materials, must possess a Secret or Top Secret personnel security clearance issued by DSS. DOS will not sponsor any firm for a facility clearance or facility clearance upgrade to TS for this solicitation due to performance time constraints. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. A DD Form 254 will be issued to the selected offeror. Firms may be required to submit supplemental documentation and /or submit to a telephone interview in support of additional verification and insight into the firm’s capabilities. Examples may include, but are not limited to the following: significance of firm’s recent projects to DOS projects; response to written questions pertaining to state of the art in construction services; firm’s organizational and administrative structure and regional offices; philosophy/involvement of principal in charge; QA/QC procedures and protocol. Proposal Submission Offerors are required to submit a technical proposal and a business proposal. Place volumes one, two, and three in separate binders. Five printed copies and one electronic file version (CD ROM) of all volumes shall be provided. Requests for clarification must be submitted, in writing, to Mr. Rakesh N. Shah, not later than 3:00 p.m., Eastern Standard Time, on August 31, 2010. The FAX number to submit a clarification question is (703) 875-6699; the e-mail address is shahrn@state.gov. Closing Deadline for Submissions ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 P.M. EST SEPTEMBER 22, 2010. TRANSMISSION OF PROPOSALS: Offerors shall hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC.) to the following address: U.S. Department of State Attn: Rakesh N. Shah A/LM/AQM/FDCD/CON Room L-600, SA-6 1701 North Fort Myer Drive Arlington, VA 22209 Include the project solicitation number on the face of the package. Point of Contact Rakesh N. Shah Contract Specialist, A/LM/AQM/FDCD/CON Tel: 703-875-6009 Email: shahrn@state.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0013/listing.html)
- Record
- SN02215217-W 20100724/100722235504-2c1fff2efa1ecf4b58e2c74aed1f58d2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |