MODIFICATION
M -- Afghanistan Life Support Services (ALiSS)
- Notice Date
- 4/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA14R0042
- Point of Contact
- Christina E. Black,
- E-Mail Address
-
blackce@state.gov
(blackce@state.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS The United States Department of State (DOS) has a requirement for a qualified Contractor to provide life support services in Afghanistan. The Afghanistan Life Support Services (ALiSS) program includes: Food operations and logistics; Fire protection; Vehicle maintenance services; Laundry services; Medical services; Warehouse operations, and miscellaneous workforce support personnel. Many of these services are currently provided through other programs, Interagency Agreements or contracts. Services will be provided at, but not limited to, the Kabul Embassy Complex, which includes the Kabul Embassy Compound (East and West) and the sites currently known as Camp Eggers and Camp Seitz. Other locations within Kabul may be identified at future dates, but for the purposes of this solicitation, contractors will only be bidding for and evaluated for services rendered in this locale. The Department of State intends to award a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract as defined in FAR 16.504 for non-commercial items. However, the Government reserves the right to issue multiple awards. The Government will solicit this requirement as a full and open competition using acquisition procedures outlined in FAR Part 15. The IDIQ Contract may utilize one or more of the following types of contracts: Firm Fixed Price, Cost Plus Fixed Fee, Cost Reimbursable and Time and Materials. Anticipated period of performance is one base year and four one-year options, which shall be exercised at the sole discretion of the Government. The approximate acquisition schedule is as follows: the synopsis will be posted for approximately thirty-five (35) days. On or about May 15, 2014, the Government plans to post the solicitation. No paper copies will be mailed. Once the solicitation is posted online (see www.fbo.gov), the offerors will have approximately forty-five (45) days to submit proposals. A contract is expected to be awarded within 150 days of proposal submission. All dates are subject to change. A site survey has been scheduled for April 26-29, 2014, in Kabul, Afghanistan. Details, and instruction regarding attendee submission packages, have been provided on the above website. The Question and Answer (Q&A) period opens with the posting of the Request for Proposals and ends on the date specified in Section L of the solicitation. All announcements and amendments made to the solicitation will be posted online as well. To receive updates, click on "Register to Receive Notification". PHONE CALLS WILL NOT BE ACCEPTED. All proposals from responsible vendors will be evaluated if received on time and deemed responsive. All prospective offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. Offerors must be able to demonstrate the existence of a current U.S. facility clearance at the SECRET level or higher. The contract will be awarded based upon Best Value Continuum/Tradeoff process (see FAR 15.101).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14R0042/listing.html)
- Place of Performance
- Address: 2201 C St N.W., Washington, District of Columbia, 20520, United States
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN03332255-W 20140410/140409021405-4784d45d1d5dbefcba7ba767db5ac769 (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 |