SOURCES SOUGHT
99 -- SECURITY ESCORT TEAM-AFRICA
- Notice Date
- 10/6/2017
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- PANROC-18-P-0000
- Archive Date
- 10/28/2017
- Point of Contact
- Kent D. Braden, Phone: 3097821713, Bryan Verschoore, Phone: 309-782-3426
- E-Mail Address
-
kent.d.braden.civ@mail.mil, bryan.m.verschoore.civ@mail.mil
(kent.d.braden.civ@mail.mil, bryan.m.verschoore.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is a sources sought notice being used to advise of the possibility of the U.S. Government running a limited competition under contracts W52P1J-11-D-0045 and W52P1J-11-D-0082 for security support services in regions of Africa. The primary region will be Mogadishu to include Gashandiga, Villa Baidoa, Villa Somalia, Port of Mogadishu, UAE Training Compound, Turkish Embassy, and the Turkish Training Compound. The primary mission for security support will be providing secure transportation for senior personnel to locations listed in this sources sought. The primary make-up of the seven (7) security personnel will be: One (1) U.S. EXPAT Team Lead/Medic, Two (2) Drivers (Local National Preferred) and four (4) guards (LN/TCN Mix). The U.S. EXPAT Team lead will be fully CLS trained with medical certification and the other guards will be Local Nationals and Third Country Nationals, but must have familiarity with the locations in this announcement and be able to speak and understand English. The expectation is for OCN/LN (if Somali) to be of mixed clan groups and not homogenous. All security personnel must be qualified on weapons (AK-47, M4, M9 or equivalent), pass background checks/Biometrics, medical screening, mentally fit, have defensive driving, first aid, and defensive tactics training. Security Vehicles: Two vehicles are required for movements, but a third vehicle is to be on hand in the event that one of the primary vehicles is down for maintenance. Vehicles will be B6 armored/suburban blending with other similar security convoy. Vehicles must be stored on a contractor provided secure site/armory with a security plan in place for weapons and vehicles to include the life-cycle management plans. The contractor will need to be responsible for GPS tracking, communication equipment from the contractor's operations support center. The Government will be providing no life support for this effort and therefore the contractor must provide its own life support to include but not limited to: billeting/housing, transportation, maintenance of vehicles, food, fuel, laundry, and weapons security storage. The contractor must comply with all host nation laws, policies and regulations to include but not limited to: 1. AFRICOM Instruction (ACI) 3203.13, Private Security Contractors Operating in Contingency Operations, Humanitarian or Peace Operations, or Other Military Operations or Exercises; and Contractors Armed for Self-Defense 2. ACI 4200.09, Force Health Protection Requirements and Medical Guidance for Entry into the U.S. Africa Command Theater 3. Appropriate Business Licenses, specifically the Somalia Private Security License issued by the Ministry of Internal Security and Certificate of Registration issued by the Ministry of Commerce and Industry Additionally, assigned contractor personnel will be need to be vetted to identify any potential risk indicators before gaining access to sites. Should this requirement be executed, the anticipated Fully Operational Capability Date would be anticipated for 04 December 2017. If interested, the Government requests that parties who can meet these requirements, provide a capabilities statement describing and documenting available assets, i.e. resources, weapons, up armored vehicles, and mobilization timeframe to meet USG requirements on or about 04 December 2017. The Capability statement shall include Company Name, Point of contact, address, telephone, email addresses, DUNS and CAGE Code and all security experience performed in Africa, specifically the areas listed in this announcement. The capability statement also needs to detail how your company can achieve the objectives listed in this announcement. Submitting your company name by merely responding to this notice doesn't constitute being considered as a viable vendor whom can fulfill the USG requirement. Additionally, submitted capability statements shall contain verification showing appropriate business license(s) to operate in Africa. The anticipated period of performance is one year, beginning 04 December 2017 to 03 December 2018. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be bound to this information if any solicitation or limited competition is issued as a result of this Sources Sought. If you have any questions, concerns and/or comments please contact Kent Braden at 309-782-1713 or electronic mail kent.d.braden.civ@mail.mil or Bryan Verschoore at 309-782-3426, email bryan.m.verschoore.civ@mail.mil. All capability statement response shall be provided to kent.d.braden.civ@mail.mil AND bryan.m.verschoore.civ@mail.mil and must be received by 12:00 PM Central time, 13 October 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e8c6f43d9d17bf2b5221d819421e35b4)
- Place of Performance
- Address: Africa - Somalia Region, Somalia
- Record
- SN04708708-W 20171008/171006230740-e8c6f43d9d17bf2b5221d819421e35b4 (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 |