Z Backscatter Van Operate/Train/Maintain
Description: This is a non-personnel services contract for the operation and maintenance of Z® Backscatter Vans (ZBV); operation of Automatic Vehicle Inspection System (AVIS); training of the Afghanis... Description: This is a non-personnel services contract for the operation and maintenance of Z® Backscatter Vans (ZBV); operation of Automatic Vehicle Inspection System (AVIS); training of the Afghanistan National Defense Security Forces (ANDSF) in the operation and routine maintenance of the ZBV; and training of the ANDSF in the operation of the AVIS; oversight of the ANDSF in the use of and corrective training for the ANDSF, as required, on the Trace Explosive Detection Systems; armed security to accompany the operator, trainer, and mentors while in route to/from and during the performance at the operate/train/mentor/advisor designated locations; and armed security for contract instructors and translators during training at the centralized training facilities within the greater Kabul City. The U.S. Government (hereafter referred to as Government) shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall operate; maintain; provide training/mentoring to the ANDSF in the operation and routine maintenance of a fleet of twenty-three (23) ZBVs as explained at eleven (11) Afghan National Police (ANP) checkpoints within the city center and eight (8) Afghan National Army (ANA) checkpoints located at the Kabul City Gates. All ZBVs are the property of the GIRoA and are managed by the ANDSF. The ZBVs will be primarily used at static checkpoints though mission. However, threat may dictate a need for potential mobile checkpoint use. The Contractor shall operate and provide training/mentoring to the ANDSF in the operation of up to twenty-one (21) AVIS at eleven (11) ANP static checkpoints. Note: At specified checkpoints ZBV and AVIS systems are operated together or separately. The Contractor shall provide oversight and corrective training as required to the ANDSF on the Trace Explosive Detection System. The Contractor shall provide Armed Security support and security/transport and translators (as required) at all locations requiring operation and training support. The Contractor shall provide twenty-four (24) hours a day, seven (7) days a week (hereafter referred to as 24/7) operator support to designated Checkpoints and City Gates with a total of 19 locations. At a minimum, Checkpoint Technology operator trainers shall be proficient at speaking/reading/writing English and Dari or the trainer shall have an English and Dari interpreter present to the specific tasks or subject matter for which they will translate/interpret. Trainers should have previous experience conducting the type of training required by this contract in an environment similar to Kabul, Afghanistan. A minimum of one trainer shall be American Science and Engineering (AS&E) qualified. The anticipated North American Industry Classification System (NAICS) code for this requirement is 561612 - Security Guards and Patrol Services, with a Size Standard of $20.5M. This U.S. industry comprisesestablishments primarily engaged in providing guard and patrol services, such as bodyguard, guard dog, and parking security services. The anticipated Product Service Code is S206, Housekeeping - Guard. The US Government hereby notifies potential offerors that the solicitation and any subsequent amendments to the solicitation may only be available by downloading the documents at https://www.fbo.gov. The requirement may consist of a twelve (12) month base period, two twelve (12) month options under FAR Clause 52.217-9 - Option to Extend the Term of the Contract, and up to a six (6) month option under FAR Clause 52.217-8 - Option to Extend Services. It is the responsibility of interested offerors to monitor the Government Point of Entry via the Internet at https://www.fbo.gov for additional information, to include future information, pertaining to this requirement. The Government anticipates release of the solicitation on or about 7 April 2019. All interested vendors that want to participate and submit a proposal in response to a future solicitation must have an active registration Joint Contingency Contracting System (JCCS). Lack of registration in the SAM or JCCS database will make an offeror ineligible for award. The information and registration can be accomplished at: https://www.jccs.gov/olvr/bta_olvr_reg_guide_faqs.aspx. In addition, all subcontractors at all tiers, who the prime contractor will contract with during the life of the contract, shall be registered in JCCS at the time of proposal. SAM Registration: Only vendors who are from the United States shall be registered and current in the System for Award Management (SAM) database and have an active Dun & Bradstreet (DUNS) number at the time of proposal submission. Interested vendors can find more SAM information at the following website: https://www.sam.gov/portal/SAM/#1.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »