Camp Arifjan Contracting Officer Caught Trying to Steer a Contract ????
-
Upload
lcllcdocuments -
Category
Documents
-
view
879 -
download
4
description
Transcript of Camp Arifjan Contracting Officer Caught Trying to Steer a Contract ????
U.S. Army Contracting SchoolLesson No. 7Camp ArifjanInstructor - U.S. Army MAJ John Cocknbull
How can we limit Fair and Open Competition?
Answer: We can issue a Section 8a set-aside and then play dumb that we didn’t realize our “mistake” Since Congress isn’t watching our 30 Contracting Officers who have already been caught and gone to jail, then we can easily continue our craft. Why not? Here is an example class.
Camp Arifjan No 1 U.S. Army MajorJohn Cockerham
Camp Arifjan’sFINEST
Solicitation Number:
W912D109T0175
Notice Type:
Combined Synopsis/Solicitation
User Guide For Help: Federal Service Desk Accessibility
Welcome, Keven Barnes Accessibility User Guide Logout
Complete View
Original SynopsisCombinedSynopsis/SolicitationJun 20, 200910:20 am
ChangedJun 25, 20094:06 pm
ChangedJun 30, 200912:29 pm
ChangedJul 02, 20093:47 pm
ChangedJul 04, 200912:16 pm
Return To Opportunities List Watch This Opportunity
Remove Me From Interested Vendors
Synopsis:
Added: Jun 20, 2009 10:20 am Modified: Jul 04, 2009 12:16 pm Track
Changes
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY.
THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS
UNDER W912D109T0175.
The purpose of this amendment is to:
a. Update the PWS,
b. Extend the Solicitation
All other terms and conditions remain the same. ***Note: No further
questions will be accepted by the Government within three (3) days of
solicitation closure.
Additional Info:
Additional documentation
Contracting Office Address:
USA Central Command - Kuwait, ATTN: ARCENT-KU-DOC, Camp Doha,
Kuwait, APO, AE 09889-9900
Place of Performance:
Kingdom of Bahrain Al Riffa APO AE
09889-9900
BA
Point of Contact(s):
Leon L. Rogers, 011-96599846532
USA Central Command - Kuwait
Return To Opportunities List Watch This Opportunity
Remove Me From Interested Vendors
GENERAL INFORMATION
Notice Type:
Combined Synopsis/Solicitation
Original Posted Date:
June 20, 2009
Posted Date:
July 4, 2009
Response Date:
July 9, 2009
Original Response Date:
July 3, 2009
Archiving Policy:
Automatic, on specified date
Original Archive Date:
September 1, 2009
Archive Date:
September 7, 2009
Original Set Aside:
Competitive 8(a)
Set Aside:
N/A
Classification Code:
54 -- Prefabricated structures and
scaffolding
NAICS Code:
713 -- Amusement, Gambling, and
Recreation Industries/713990 -- All
Other Amusement and Recreation
Industries
54--Guard TowersSolicitation Number: W912D109T0175Agency: Department of the ArmyOffice: Army Contracting Agency, ARCENTLocation: USA Central Command - Kuwait
Notice Details Packages Interested Vendors List Print Link
54--Guard Towers - W912D109T0175 - Federal Business Opport... https://www.fbo.gov/index?s=opportunity&mode=form&id=3ea8...
1 of 1 8/1/2009 8:24 PM
UnReg
ister
ed
1
Keven Barnes
From: Rogers, Leon L MAJ MIL USA ACA [[email protected]]Sent: Wednesday, June 24, 2009 5:57 PMTo: Keven Barnes; Rogers, Leon L - AKOCc: [email protected]: RE: W912D1-09-T-0175 (4) Guard Towers Bahrain
It is unrestricted. Sorry for the error, I will amend the solicitation. v/r MAJ Leon L. Rogers II 641st Contingency Contracting Officer Contract Specialist ‐ USACC ‐ Services Team US Army Contracting Command, SWA‐KU DSN: 318‐430‐3977 Comm: 965‐2‐389‐3977 Cell: 965‐9984‐6532 [email protected] "A leader's worst decision is the one that is never made!" Acquisition Dollar Value Submission Cut Off Dates for FY 09 Funds: $1M and Above: 01 JUN 09 $500K ‐ $999K: 01 JUL 09 $100K ‐ $499K: 01 AUG 09 $25K ‐ $99.9K: 14 AUG 09 $1 ‐ $24.9K: 14 SEP 09 ‐‐‐‐‐Original Message‐‐‐‐‐ From: Keven Barnes [mailto:[email protected]] Sent: Wednesday, June 24, 2009 5:43 PM To: Rogers, Leon L ‐ AKO Cc: [email protected] Subject: W912D1‐09‐T‐0175 (4) Guard Towers Bahrain Leon, Can you please tell me if this solicitation is Set Aside for 8a Competitive as is listed on page 1 of the solicitation (54‐Guard Towers), Solicitation Number W912D109T0175, or is it unrestricted as is shown on page 1, Block 10 of the 1449 ? Another question. I would like to come and visit the Contracting Officers and introduce myself and our business. Is there a time that I can do that? Thank you for your time.
2
Keven Keven L. Barnes CEO Latvian Connection General Trading and Construction LLC A Veteran Owned Business Mobile 00 965 650 50 775 Blackberry 00 965 650 30 471 VOIP 001 510 380 8509 [email protected] www.LatvianConnectionLLC.com
1
Keven Barnes
From: Rogers, Leon L MAJ MIL USA ACA [[email protected]]Sent: Friday, July 03, 2009 5:23 PMTo: Keven BarnesCc: [email protected]: RE: W912D1-09-T-0175 (4) Guard Towers Bahrain Question regarding Generator output
SOW 2.7.5
Sir, We will get back to you today. v/r MAJ Leon L. Rogers II 641st Contingency Contracting Officer Contract Specialist ‐ USACC ‐ Services Team US Army Contracting Command, SWA‐KU DSN: 318‐430‐3977 Comm: 965‐2‐389‐3977 Cell: 965‐9984‐6532 [email protected] "A leader's worst decision is the one that is never made!" Acquisition Dollar Value Submission Cut Off Dates for FY 09 Funds: $1M and Above: 01 JUN 09 $500K ‐ $999K: 01 JUL 09 $100K ‐ $499K: 01 AUG 09 $25K ‐ $99.9K: 14 AUG 09 $1 ‐ $24.9K: 14 SEP 09 ‐‐‐‐‐Original Message‐‐‐‐‐ From: Keven Barnes [mailto:[email protected]] Sent: Friday, July 03, 2009 4:49 PM To: Rogers, Leon L MAJ MIL USA ACA Cc: [email protected] Subject: RE: W912D1‐09‐T‐0175 (4) Guard Towers Bahrain Question regarding Generator output SOW 2.7.5 Major Rogers, We are in the process of estimating the size of the generators and the question is that the solicitation seems to state the size is maximum usage plus a minimum of 25% reserve (SWO 2.10) and then there is 2.7.5 that states the minimum requirements is 125 AMP, 240/415 VAC, three phase panel, complete with 125 AMP circuit breaker. This leads us to believe that the generator needs to generate 125 AMP instead of the lower estimation that we have calculated.
2
Can you please clarify this to both Eriks Melks, our Executive Director and myself please as trying to meet the needs of the SOW, but there seems to be this point that we need clarification on in order to be accurate on the generator selection. Thank you for your time Sir. Best Regards, Keven Keven L. Barnes CEO Latvian Connection General Trading and Construction LLC A Veteran Owned Business Mobile 00 965 650 50 775 Blackberry 00 965 650 30 471 VOIP 001 510 380 8509 [email protected] www.LatvianConnectionLLC.com
1
Keven Barnes
From: Keven Barnes [[email protected]]Sent: Tuesday, July 07, 2009 11:45 PMTo: 'Rogers, Leon L MAJ MIL USA ACA'Subject: FW: W912D109T0175 54--Guard TowersAttachments: W912D1-09-T-0175-0004.doc
Major Rogers, I received this interesting email this morning. I thought you would like to see it as she seems to think her plans are already approved. Interesting as there have been no plans and bidding is still open. Best regards, Keven Keven L. Barnes CEO Latvian Connection General Trading and Construction LLC A Veteran Owned Business
Mobile 00 965 650 50 775 Blackberry 00 965 650 30 471 VOIP 001 510 380 8509 [email protected] www.LatvianConnectionLLC.com CAGE : 5GLB3 D‐U‐N‐S : 830587791
From: Spencer Rogers [mailto:[email protected]] Sent: Tuesday, July 07, 2009 7:47 AM To: [email protected] Subject: W912D109T0175 54--Guard Towers Hello, My company is submitting a quote for the W912D109T0175 54‐‐Guard Towers. We have the engineering designs from the manufacturer that the contracting officer has said authorized for this procurement. That means: our company has an extremely high chance of being awarded this contract. We are also going to provide and ship the materials to the Kingdom of Bahrain for this contract. However, we do not have a builder in country yet. If you are interested in building these towers for us under this contract, please send us an email with your company’s capabilities and work history or brochure by tomorrow (7 July, 2009). We will then send you what we need to be quoted shortly thereafter.
2
Sincerely, Spencer L. Rogers
ExpertDTV.comTM http://www.ExpertDTV.com DTV Orders: 866‐550‐HDTV (4388) My Extension: x720 DEPLOYMENT ESSENTIALSTM http://www.DeploymentEssentials.com Email: [email protected] Alt. Email: [email protected] Office: (813)388‐9505 Cell: (813)210‐1496 Fax: (813) 377‐4889 Federal Cage Code: 54BA0 D‐U‐N‐S #: 82‐711‐5440 Service‐Disabled Veteran Owned, Woman‐Owned, Self‐Certified SBA Disadvantaged & Emerging Small Business Procurement, Logistics, & Installations ‐ One‐Stop‐Shop
1
Keven Barnes
From: Keven Barnes [[email protected]]Sent: Wednesday, July 08, 2009 11:29 AMTo: 'Rogers, Leon L MAJ MIL USA ACA'Subject: RE: FW: W912D109T0175 54--Guard Towers
Thank you Sir. I almost thought I confused this with another pre‐fabricated one solicitation that is out there, but did not as I see they are talking about this one. Best Regards, Keven Keven L. Barnes CEO Latvian Connection General Trading and Construction LLC A Veteran Owned Business Mobile 00 965 650 50 775 Blackberry 00 965 650 30 471 VOIP 001 510 380 8509 [email protected] www.LatvianConnectionLLC.com CAGE : 5GLB3 D‐U‐N‐S : 830587791 ‐‐‐‐‐Original Message‐‐‐‐‐ From: Rogers, Leon L MAJ MIL USA ACA [mailto:[email protected]] Sent: Wednesday, July 08, 2009 10:22 AM To: Keven Barnes Subject: Re: FW: W912D109T0175 54‐‐Guard Towers Keven, Thanks for the information. I will forward this to the appropriate people to take action. Thanks. Maj. Rogers ‐‐‐‐‐ Original Message ‐‐‐‐‐ From: Keven Barnes <[email protected]> Date: Tuesday, July 7, 2009 23:45 Subject: FW: W912D109T0175 54‐‐Guard Towers To: "'Rogers, Leon L MAJ MIL USA ACA'" <[email protected]> > Major Rogers, > > > > I received this interesting email this morning. >
2
> > > I thought you would like to see it as she seems to think her plans are > already approved. > > > > Interesting as there have been no plans and bidding is still open. > > > > Best regards, > > > > Keven > > > > Keven L. Barnes > > CEO > > Latvian Connection General Trading and Construction LLC > > A Veteran Owned Business > > Mobile 00 965 650 50 775 > > Blackberry 00 965 650 30 471 > > VOIP 001 510 380 8509 > > [email protected] > > www.LatvianConnectionLLC.com > > CAGE : 5GLB3 > > D‐U‐N‐S : 830587791 > > > > > > > > > > From: Spencer Rogers > [mailto:[email protected]] > Sent: Tuesday, July 07, 2009 7:47 AM > To: [email protected] > Subject: W912D109T0175 54‐‐Guard Towers > > >
3
> Hello, > > > > My company is submitting a quote for the W912D109T0175 54‐‐Guard > Towers. We have the engineering designs from the manufacturer that the > contractingofficer has said authorized for this procurement. That > means: our company > has an extremely high chance of being awarded this contract. > > > > We are also going to provide and ship the materials to the Kingdom of > Bahrain for this contract. > > > > However, we do not have a builder in country yet. If you are > interested in > building these towers for us under this contract, please send us > an email > with your company's capabilities and work history or brochure by > tomorrow (7 > July, 2009). We will then send you what we need to be quoted shortly > thereafter. > > > > Sincerely, > > Spencer L. Rogers > > > > ExpertDTV.comTM > > http://www.ExpertDTV.com <http://www.deploymentessentials.com/> > > DTV Orders: 866‐550‐HDTV (4388) > > My Extension: x720 > > > > Deployment EssentialsTM > > http://www.DeploymentEssentials.com <http://www.deploymentessentials.com/> > > Email: [email protected] > > Alt. Email: [email protected] > > Office: (813)388‐9505 > > Cell: (813)210‐1496 > > Fax: (813) 377‐4889
4
> > Federal Cage Code: 54BA0 > > D‐U‐N‐S #: 82‐711‐5440 > > Service‐Disabled Veteran Owned, Woman‐Owned, Self‐Certified SBA > Disadvantaged & Emerging Small Business > > Procurement, Logistics, & Installations ‐ One‐Stop‐Shop > > > > This message contained an html attachment that has been removed by > AKO/DKO in accordance with INFOCON levels 3 and 4.
1
Keven Barnes
From: Rogers, Leon L MAJ MIL USA ACA [[email protected]]Sent: Sunday, July 19, 2009 4:50 PMTo: Keven BarnesSubject: RE: FBO award price posted ?
Sir, We have not awarded it yet. I will be in touch this week as for an official telephonic debrief. Thanks. v/r MAJ Leon L. Rogers II 641st Contingency Contracting Officer Contract Specialist ‐ USACC ‐ Services Team US Army Contracting Command, SWA‐KU DSN: 318‐430‐3977 Comm: 965‐2‐389‐3977 Cell: 965‐9984‐6532 [email protected] "A leader's worst decision is the one that is never made!" Acquisition Dollar Value Submission Cut Off Dates for FY 09 Funds: $1M and Above: 01 JUN 09 $500K ‐ $999K: 01 JUL 09 $100K ‐ $499K: 01 AUG 09 $25K ‐ $99.9K: 14 AUG 09 $1 ‐ $24.9K: 14 SEP 09 ‐‐‐‐‐Original Message‐‐‐‐‐ From: Keven Barnes [mailto:[email protected]] Sent: Sunday, July 19, 2009 10:13 AM To: Rogers, Leon L MAJ MIL USA ACA Subject: FBO award price posted ? Major Rogers, I keep looking for the award price on FBO and don't see it yet? Since the technical seems to be out of your hands, it is worth noting that the drawings and plans were done by the same firm that is a major subcontractor (1 of 3) on a U.S. Embassy NEC in Latvia and his technical drawing are perfectly acceptable for the State Department but not in this case here for something far smaller scale. I am looking forward to seeing the engineer's reasons for why the electrical and mechanical are not "compliant." Best Regards, Keven
2
Keven L. Barnes CEO Latvian Connection General Trading and Construction LLC A Veteran Owned Business Mobile 00 965 650 50 775 Blackberry 00 965 650 30 471 VOIP 001 510 380 8509 [email protected] www.LatvianConnectionLLC.com CAGE : 5GLB3 DUNS : 830587791 The information contained in this message may be privileged, confidential, and protected from disclosure. If the reader of this message is not the intended recipient, or any employee or agent responsible for delivering this message to the intended recipient, you are hereby notified that any dissemination, distribution, or copying of this communication is strictly prohibited. If you have received this communication in error, please notify us immediately by replying to the message and deleting it from your computer. Thank you. Latvian Connection General Trading and Construction LLC.
1
Keven Barnes
From: Rogers, Leon L MAJ MIL USA ACA [[email protected]]Sent: Wednesday, July 22, 2009 11:12 PMTo: Keven BarnesCc: Ware, David A MAJ MIL USA ACASubject: Guard TowersAttachments: 20090716154923027.pdf
Sir, I received your email and I'm sorry for the late reply, but had some personal things to complete. Nevertheless, as stated before the Guard Towers has not been awarded yet. Your proposal was not accepted due to not following the specific instructions in the solicitation. You must submit all the items required in order be considered. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The technical submittals as requested in this solicitation (iii) Business literature stating the offeror is able to meet the Government's requirement The technical submittals were: 1. An Electrical Plan which shall include a power floor plan diagram, a lighting diagram, an electrical site plan with cable layout, electrical load calculations, and distribution board schedules. 2. A Mechanical Plan which shall include cooling and heating load calculations, location and type of HVAC units, and type and location of supporting structures if any. 3. Floor plan drawings of the guard tower, as well as diagrams illustrating dimensions and components from each side of the guard tower, foundation, and stairs. You did not provide all the submittals required in for your electrical plan or mechanical plan. In addition, the Government required "The height to the cabin floor should be between 25 and 50 feet (7.6 and 15.2 m) high; please refer to the CLINs for exact guard height" (stated in 2.1.2 of the PWS). Your drawings shows the required heights (25ft and 50ft) going not to the cabin floor but to the roof of the tower, this was not in compliance to the Government required standards stated in the PWS. Bottom‐line is, you must submit everything required or your company will be non‐responsive and your quote not accepted. Once again sir, the Government appreciates your company's interest and looks forward to your next proposal in the future. v/r MAJ Leon L. Rogers II
2
641st Contingency Contracting Officer Contract Specialist ‐ USACC ‐ Services Team US Army Contracting Command, SWA‐KU DSN: 318‐430‐3977 Comm: 965‐2‐389‐3977 Cell: 965‐9984‐6532 [email protected] "A leader's worst decision is the one that is never made!" Acquisition Dollar Value Submission Cut Off Dates for FY 09 Funds: $1M and Above: 01 JUN 09 $500K ‐ $999K: 01 JUL 09 $100K ‐ $499K: 01 AUG 09 $25K ‐ $99.9K: 14 AUG 09 $1 ‐ $24.9K: 14 SEP 09
1
Keven Barnes
From: Rogers, Leon L MAJ MIL USA ACA [[email protected]]Sent: Sunday, August 02, 2009 10:53 AMTo: Keven BarnesSubject: RE: Award of Guard Towers ?
Sir, The award has not been made and ground work has not begun. Once awarded I will let everyone know who received the award and the price. v/r MAJ Leon L. Rogers II 641st Contingency Contracting Officer Contract Specialist ‐ USACC ‐ Services Team US Army Contracting Command, SWA‐KU DSN: 318‐430‐3977 Comm: 965‐2‐389‐3977 Cell: 965‐9984‐6532 [email protected] "A leader's worst decision is the one that is never made!" Acquisition Dollar Value Submission Cut Off Dates for FY 09 Funds: $1M and Above: 01 JUN 09 $500K ‐ $999K: 01 JUL 09 $100K ‐ $499K: 01 AUG 09 $25K ‐ $99.9K: 14 AUG 09 $1 ‐ $24.9K: 14 SEP 09 ‐‐‐‐‐Original Message‐‐‐‐‐ From: Keven Barnes [mailto:[email protected]] Sent: Saturday, August 01, 2009 8:50 PM To: Rogers, Leon L MAJ MIL USA ACA Subject: Award of Guard Towers ? Major Rogers, I noticed while at Al‐Riffa, that ground work had begun on the guard towers, but there has still been no award posted. We would like to know how our bid stacked up against the others so that we can make adjustments. We are only interested in what the award price was. Best Regards,
2
Keven Keven L. Barnes CEO Latvian Connection General Trading and Construction LLC A Veteran Owned Business Mobile 00 965 650 50 775 Blackberry 00 965 650 30 471 Skype 001 (707) 723‐4878 VOIP 001 (415) 935‐9343 [email protected] www.LatvianConnectionLLC.com CAGE : 5GLB3 DUNS : 830587791 The information contained in this message may be privileged, confidential, and protected from disclosure. If the reader of this message is not the intended recipient, or any employee or agent responsible for delivering this message to the intended recipient, you are hereby notified that any dissemination, distribution, or copying of this communication is strictly prohibited. If you have received this communication in error, please notify us immediately by replying to the message and deleting it from your computer. Thank you. Latvian Connection General Trading and Construction LLC.
1
Keven Barnes
From: Dake, Christopher G USA MAJ USA USACC SWA-KU [[email protected]]
Sent: Thursday, August 13, 2009 11:28 AMTo: Keven BarnesSubject: [UNCLASSIFIED / NONE] Guard towers rqst for bid abstract
UNCLASSIFIED / NONE Keven, The solicitation referenced below remains in pre‐award status; no information will be released. V/R Chris MAJ Christopher G Dake CCT Tm Ldr USACC ‐ Kuwait DSN 318‐430‐2135 Commercial 011‐965‐2‐389‐2135 Cell 011‐965‐9‐974‐3486 [email protected] or [email protected] ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ From: Keven Barnes[SMTP:[email protected]] Sent: Wednesday, August 12, 2009 7:48:03 PM To: Rogers, Leon L MAJ MIL USA ACA Subject: W912D1‐09‐T‐0175 Guard Towers Request for Bid Abstract Auto forwarded by a Rule Major Rogers, I would like to request the Bid Abstract for the Guard Towers solicitation please. Best Regards,
2
Keven L. Barnes CEO Latvian Connection General Trading and Construction LLC A Veteran Owned Business Mobile 00 965 650 50 775 Blackberry 00 965 650 30 471 Skype 001 (707) 723‐4878 VOIP 001 (415) 935‐9343
W91XRV91130852
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print)
30-105-04EXCEPTION TO SF 30
APPROVED BY OIRM 11-84STANDARD FORM 30 (Rev. 10-83)
Prescribed by GSA
FAR (48 CFR) 53.243
The purpose of this amendment is to:
a. Update the PWS,
b. Extend the solicitation.
All other terms and conditions remain the same. ***NOTE: No further questions w ill be accepted by the Government w ithin three (3) days of
solicitation closure.
1. CONTRACT ID CODE PAGE OF PAGES
J 1 11
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
16C. DATE SIGNED
BY 04-Jul-2009
16B. UNITED STATES OF AMERICA15C. DATE SIGNED15B. CONTRACTOR/OFFEROR
(Signature of Contracting Officer)(Signature of person authorized to sign)
8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X W912D1-09-T-0175
X 9B. DATED (SEE ITEM 11)20-Jun-2009
10B. DATED (SEE ITEM 13)
9A. AMENDMENT OF SOLICITATION NO.
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer X is extended, is not extended.
Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods:
(a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;
or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE
RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN
REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter,
provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
10A. MOD. OF CONTRACT/ORDER NO.
0004
2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable)
6. ISSUED BY
3. EFFECTIVE DATE
04-Jul-2009
CODE
U.S. ARMY CONTRACTING COMMAND SWA-KUWAIT
ATTN: MAJ LEON L. ROGERS, II
BUILDING T-346
RED BALL EXPRESS ROAD
CAMP ARIFJAN AE 09366
W912D1 7. ADMINISTERED BY (If other than item 6)
4. REQUISITION/PURCHASE REQ. NO.
CODE
See Item 6
FACILITY CODECODE
EMAIL:TEL:
W912D1-09-T-0175
0004
Page 2 of 12
SECTION SF 30 BLOCK 14 CONTINUATION PAGE
SUMMARY OF CHANGES
SECTION SF 1449 - CONTINUATION SHEET
SOLICITATION/CONTRACT FORM
The required response date/time has changed from 07-Jul-2009 12:00 PM to 09-Jul-2009 05:00 PM.
The following have been modified:
PERFORMANCE WORK STATEMENT
June 29July 4, 2009
1.0 SCOPE AND BACKGROUND:
1.1 The Contractor shall deliver and install four (4) guard towers that meet all Force Protection requirements for the
perimeter security of a tactical site. Each fortified tower shall provide 360-degree range of vision with rapid
opening window slit to quickly react to either ambush or aerial attack. The guard towers shall include cabin, steel
framework, substructure, Heating, Ventilation and Air Conditioning (HVAC), and electrical distribution system to
meet the operational need of the building.
1.2 The Contractor shall obtain the necessary permits and permissions required to conduct business in the Kingdom
of Bahrain and work sites.
1.3 All work shall comply with all federal, regional, and Bahrain laws, rules, regulations or standards concerning
environmental pollution control and abatement and all applicable provisions of the Corps of Engineers Safety
Manual, EM 385-1-1 and Army Safety Program, AR 385-10.
1.4 All work shall comply with all federal, regional and Bahrain Government building codes, rules and regulations
or standards to include life safety. The most stringent requirement will be considered most applicable.
1.5 The Contractor shall comply with all Ministry of Electricity and Water (MEW), Bahrain Ministry of Defense
(BMOD), and National Electric Code (NEC) specifications and requirements, in addition to any cited herein under
the technical sections of the Specifications. All required building permits are required before any modifications can
take place.
2.0 REQUIREMENTS
***Note: The Government is looking for an innovative solution to this requirement. Below are the minimum
standards required by the Government.
2.1 Guard Tower: The guard tower shall be a fortified structure with clear 360 degree range of vision and/or fire,
and contain rapid opening, bullet-proof windows to enable quick response. The front side shall have 170-degree
clean line vision and/or fire. The guard tower shall provide a universal solution to security, ground and tower
observation, and allow for combat independently or as part of an outpost. The guard towers weight shall facilitate
vehicular transportation. The contractor design shall allow for window maintenance or replacement from inside the
cabin. The color shall be desert tan.
2.1.1 Protection Level: The guard towers must be NIJ – UL 752 – Protection Level V. UL 752 is the only
standard for all materials for roof, floor, walls, door and glass. Material use is determined by vendor design. IENSA
HB9 refers to the window glazing standard.
W912D1-09-T-0175
0004
Page 3 of 12
Wall Materials Wall Thickness
Concrete Masonry (Grouted) 6 in (152 mm)
Brick 6 in (152 mm)
Reinforced Concrete 4 in (102 mm)
Steel Plate (mild) 9/16 in (14.3 mm)
Steel Plate (armor) 7/16 in (11.1mm)
2.1.2 Additional specifications:
All guard towers shall have the following:
- A minimum roof thickness of 12mm made from the same material as the cabin. Roof shall be of the same
ballistic nature as walls.
- The roof must have a straight overhang to provide shading and glare protection from sunrises and sunsets
- A blast protected ballistic door (rated UL 752 Level V)
- Fortified external compressor with internal and external power outlets
- Ventilation system with smoke extraction (based on pipe vent) with optional forced ventilation, which shall
allow for medium to heavy machine gun use with minimum smoke
- Electric Cabinet – 2 circuits (A/C, Search light)
- Safety Transformer (including reduction for grounding)
- Manually operated searchlight
- Location and Height of Tower:
1. Towers will be located inside the inner clear zone of the security fencing system.
2. The height to the cabin floor should be between 25 and 50 feet (7.6 and 15.2 m) high; please refer to the
CLINs for exact guard height.
- The door of the tower should face another tower to allow for visual monitoring
- Clean window opening approximately 91cm
- Ballistic window (UL 752 level 5), also in accordance with IENSA HB-9 windows will be specular-
reflecting low transmission glazing.
- Windows shall be operational and removable from inside the cabin.
- Window will be a minimum of 36in from cabin floor.
- Each window shall be capable of a slide opening from the inside and will have the capability of removing
the window from the inside.
- Equipment shelves. These shelves shall be used for weapons maintenance and for other administrative
purposes.
- Push button for Final Denial Barrier
- Roof mounted spot light. There shall be two spotlights. The range of beam should reach 1/4-1/2km
- First aid kit
- Internal connections for telecoms to support local phone, internet and secondary security (IDS)
2.2 Site Preparation: The Contractor shall scan the installation site with ground penetrating radar, electromagnetic
or sonic equipment, and mark the surface of the ground where existing underground utilities are discovered. The
Contractor shall prepare the site as necessary to set and install the guard tower in a level manner. The site shall be
positively sloped to prevent any moisture and water from collecting under the building.
2.3 Existing Conditions: The Contractor shall field verify all existing conditions prior to installation. The
Contractor shall protect all existing structures and utilities both above and below ground during installation.
Damaged structures and utilities shall be repaired or replaced at the Contractor’s expense. Failure to inspect the site
shall not constitute grounds for claim after contract award. Installation will occur in and around areas that will
remain operational. Accordingly, measures shall be taken to avoid interference with the operational requirements
around the area. Where existing structures are damaged due to the installation of the proposed guard tower, the
Contractor will repair the damaged item(s) with new materials to match the adjacent material, texture, and color.
W912D1-09-T-0175
0004
Page 4 of 12
2.4 Materials: Materials and supplies shall be commercial grade products of a contractor regularly engaged in the
installation of guard towers. All materials and supplies shall be new.
2.6 Foundation: The foundations of the guard towers must meet the following specifications:
a) Foundation shall be designed using an allowable bearing pressure of 0.75 Kg/sq cm (1500 psf), with the
bottom of the footings placed a minimum of one meter below existing grade. Geotechnical investigation shall
confirm the bearing capacity at project site. If bearing capacity at site is less than 0.75 Kg/sq cm., the footings shall
be redesigned based in the geotechnical investigation.
b) Foundation concrete shall be composed of cementation material, water, fine and coarse aggregates, and
admixtures and shall be in accordance with the provisions of the ACI 318.
c) All structural concrete used for design, construction and installation shall have cylinder compressive
strength of 28 MPa (4000 psi) minimum at 28. Concrete shall be comprised of ASTM C 150-05, Type I or Type V
cement.
d) Admixtures shall consist of air entraining admixture, and have a high range of water-reducer, HRWRA, in
accordance with ASTM C-494, Type "F" or Type "G.” HRWRA dosage shall be determined during mixture
proportioning study. The cementation material shall consist of Portland cement with 7.0 to 9.0 percent by mass
replacement of cement by silica fume. Silica fume shall comply with the requirements of ASTM C1240-60a. The
cementations material content shall not be less that 390 kg/cubic meter. The mixture shall also have a minimum
water-cementations material ratio of 0.45. Concrete shall have maximum water-soluble chloride ion content for
corrosion protection of 0.15 percent by mass of the Portland cement.
e) Hot weather requirements shall comply with the recommendations of ACI 305R-1999. Concrete shall not
be placed in cold weather when ambient temperature is less than 5 degrees C or when concrete temperature is less
than 10 degrees C. Heating of the mixing water or the aggregates will be required to regulate the concrete placing
temperature in cold weather. Protective measures shall be taken if freezing temperatures are anticipated before the
expiration of the specified curing period. All concrete shall be cured for a minimum of 7 days. Where aggregates
are alkali reactive, as determined by Appendix XI of ASTM C1260-05a, cement containing less than 0.60 percent by
mass alkalis (as Na2O equivalent) shall be used. Concrete members at or below grade shall have a minimum
concrete cover over reinforcement of 75 millimeters. Reinforcing steel shall be deformed bars conforming to ASTM
A 615/615M-06, grade 60, and welded wire fabric shall conform to ASTM A 185-06e.
2.7 Electrical:
2.7.1 Electrical Standards: All electrical work will comply with the Bahrain Ministry of Electricity and Water
(MEW) /British Standard (BS) www.mew.gov.bh and the National Electrical Code (NEC) specifications.
Inspections shall be conducted by certified electrician. The Contractor shall design and install the electrical and
power systems (interior and exterior) required for a complete and operable guard tower. All electrical work shall be
completed in a neat and orderly manner. All conduits shall be made of galvanized steel. Wiring shall be minimum
of 2.5mm² solid wires. All wiring installed in conduit shall be stranded copper single conductor.
2.7.2 Cabling: The Contractor shall supply enough cabling with a male and female electrical connection cabling
from the guard tower for future connection to power source at least 30 meters away. Contractor shall cover exterior
cabling with cable and insulation shields in accordance with MEW standards.
2.7.3 Grounding: A green equipment-grounding conductor shall be installed with all circuits regardless of type of
conduit. Equipment grounding bars shall be installed in all panel board. The conductor shall be carried back to the
service entrance grounding connection. Ground rod conductors shall be 5/8 inch diameter and 3 meters long.
Contractor shall test and certify ground rod complies with MEW/NEC Code 250 standards, with Government
representative present at testing. All equipment conductors shall be bonded or joined together in each wiring box
enclosure. Cables and wires shall conform to the requirements set forth in MEW/R-1 Section 7 and MEW/S-1
W912D1-09-T-0175
0004
Page 5 of 12
Section I, Part D. All conductors shall be copper. Minimum size of power conductors shall be 2.5 mm². The
Contractor shall submit electrical service grounding system test report indicating compliance with MEW
requirements.
2.7.4 Outlets: The Contractor shall supply and install 2 duplex outlets, 13 amps or more, three pin, electrical
switch socket outlet suitable for 240V, 50 Hz. Provide properly sized disconnect switches, junction boxes, or outlets
for all pieces of interior mechanical equipment and weatherproof disconnect switches at all exterior mechanical
equipment locations. All outlets shall be flush-mount types. All work shall be in strict accordance with MEW
regulations for Electrical Installations MEW R-1 and the General Specification for Electrical Installation MEW S-1,
unless otherwise noted.
2.7.5 Circuit Panel: Contractor shall install one primary circuit breaker panel board for power. Minimum
requirements is 125 AMP, 240/415 VAC, three-phase panel, complete with 125 AMP main circuit breaker. One (1)
subpanel shall be dedicated exclusively for all heating, ventilation, & air conditioning (HVAC) units. Other
subpanel shall be split buss for lighting and power loads. All panels will have 25 % spare breaker capacity. No
more than four duplex outlets will be connected per circuit. All panels, subpanels, and outlets shall be labeled with
respective output. Contractor shall connect circuit breaker panel from the generator.
2.7.5.1 Circuit Panel Considerations: Contractor shall install one primary circuit breaker panel board for power.
Minimum requirement is 30 AMP, 240/50hrz single-phase panel, complete with 30 AMP main circuit breaker. All
panels will have 25% spare breaker capacity. No more than four duplex outlets will be connected per circuit. All
panels, outlets shall be labeled with respective output. Contractor shall connect circuit breaker panel from the
generator.
***Note: With reference to Line 2.10, the power generator is a backup power source for the Guard Towers. The
Guard towers shall be powered through a primary power source and if the primary power fails, there needs to be a
manual change switch that allows the backup power generator to power each guard tower.
2.8 Heating, Ventilation, & Air Conditioning Units:
2.8.1 Interior Conditions: Contractor shall install HVAC unit to deliver cooling and heating capability. The
installed HVAC units shall be in sufficient quantity and placement to maintain an interior room temperature of 65
degrees Fahrenheit during a typical year of weather in Bahrain. Contractor shall perform cooling and heating load
calculations to properly size the HVAC units needed.
2.8.2 HVAC Wiring: The Contractor shall provide all required wiring; disconnect switches; and hook-up of all
equipment. HVAC units shall be grounded and shall include air-flow/heater safety interlocks. The Contractor shall
provide power and control wiring diagrams for the job specific models with all factor and field installed options.
2.8.3 Split-Units: All split-type HVAC units shall connect to single-phase electricity. Units will have adjustable
thermostats, auto-swing air direction flow, at least a two-speed fan in both cooling and heating modes. Units shall
connect to an interior wall-mounted electrical double pole 30 AMP switch.
2.8.4 Outside Unit: The outside unit will have a weatherproof non-fused disconnect adjacent to the unit. The
Contractor will provide splash block for condensate drain to be directed away from the guard tower. Outside
condenser unit will be set on the level ground on 10 mm thick concrete pad and per manufacturer’s requirements.
Provide a sun shelter over each condenser with light steel framing and sloped metal roof, painted the same color as
the exterior building.
2.8.5 HVAC Unit Mountings: The Contractor shall install frames for the support of the HVAC units and these
frames shall be anchored in such a manner that they hold these units at lease 0.25 m from the finished grade and
shall prevent toppling. The Contractor shall paint the supports to match the guard tower and ensure adequate
electrical grounding. Contractor shall install frame in such a manner to avoid excessive or differential settlement.
Formatted: Font: Times New Roman, 10 pt
W912D1-09-T-0175
0004
Page 6 of 12
2.9 Lighting: The tower cabin should be equipped with dimmer controlled lights to aid with night vision and
additional security to the occupants. Provide a night light with red lens and remote emergency lighting. The roof of
the cabin should have a movable searchlight controllable from the interior of the cabin. All lighting should be
connected to a standby power source for restricted areas.
Provide alternate power source and battery sustained emergency lighting and portable lights or flashlights. Install so
it provides shadow free light and clearly illuminates physical appearance of individuals, hand carried objects, and
clothing.
Provide adequate outside security lighting and have wire mesh or safety glass covering it for protection from
breakage. Use perimeter and interior lighting to ensure observation of all possibilities for escape. The emergency
generator will be adequately secured and controlled, inspected weekly, and tested monthly under load conditions.
Interior lighting shall be sufficient to allow reading at 0.5 m from the finished floor at any point within the building.
Lighting hardware shall be 220v, with a plastic enclosure to prevent injury in the event of broken bulbs. Fluorescent
light ballasts shall be CE-approved and shall have an energy efficiency index (EEI) rating of at least A2 and the
lights shall not be directly mounted on flammable materials. Emergency lighting compliant with NFPA 101, Life
Safety Code shall be installed and arranged to provide automatic required illumination in the event of any
interruption of electricity. Contractor shall install and label exterior and interior light switches adjacent to each
other on the interior wall, door handle side of each door.
2.10 Generator: The contractor shall provide a back-up diesel powered generator in compliance with MEW/NEC
to supply all electricity to the guard tower. The generator shall be suitable to operate on, JP-8 grade diesel fuel, and
have a fuel storage tank with automatic level control, sufficient in size for 3 days of operation, and meet necessary
electrical load. The generator shall have minimum 25% spare electrical capacity.The outdoor generator and fuel
tank shall be emplaced with secondary containment. The Contractor shall tie the building’s electrical system to the
generator. The Generator shall be installed a minimum of 30 meters and maximum of 50 meters from the building.
2.11 Fire Extinguisher: The Contractor shall provide 2 (two) new, 6 kg, dry powder, rechargeable, fire
extinguishers capable of extinguishing “A,” “B” and “C” class fires. Contractor shall mount these fire extinguishers
off the floor; in brackets no further than .5 m from the edge of doors. The Contractor shall provide highly visible
signage that read “FIRE EXTINGUISHER” no lower than 2 m and no higher than 2.25 m directly above the
mounted fire extinguishers.
2.12 Stairs and Ladders: The stairs up to the tower should have periodic landings for climbing ease and to
facilitate maintenance of the inside of the tower. A rectangular configuration is preferred to a circular one.
2.13 Windows: Windows must be no less than 3 feet (915 mm) high in size and placed a minimum of 3 feet above
the floor surface. Windows must meet the same ballistic threat level as the cabin construction itself.
3.0 Safety Requirements: All equipment used in the execution of this contract shall be designed for their intended
uses. All tools and equipment used in the performance of this contract shall be in good working condition and will
have the manufacture’s safety guards in place. All personnel on site shall wear fully enclosed shoes or boots at all
times. It is the contractor's responsibility to render immediate first aid to injured workers. The contractor shall have
first aid supplies on hand to achieve this safety requirement. The contractor shall explain to the Contracting Officer
and COR, the safety precautions and safe working practices that the contractor intends to use during the project. It
is the contractor's responsibility to ensure the project is executed in a manner that is safe to all personnel. This will
include the wearing of eye and hand protection when using drills, grinders, solvents and other items that are deemed
hazardous. The contractor shall comply with all instructions given by the COR concerning safety. The COR
reserves the right to halt all or any contract works if dissatisfied with any aspect of safety. Any costs or delays
resulting from such a cessation of work shall be remedied and borne by the contractor. The contractor is responsible
to keep the site clean and remove all garbage away from each work site.
3.1 Contractor Safety Plan: An acceptable contractor plan for implementing the accident prevention/safety
program shall address potential hazard analysis. The proposal plan shall acknowledge that the contractor is
W912D1-09-T-0175
0004
Page 7 of 12
responsible for compliance with the current edition of the Army Corps Engineers Manual EM385 1-1 and AR 385-
10 The Army Safety Program. A hazard analysis shall be developed for each contract activity and operation
occurring in each major phase of work. The contractor shall develop the plan to identify the sequence of work, the
specific hazard anticipated, and the control measure to be implemented to minimize or eliminate each hazard. The
analysis shall be job specific and shall address the following; activity being performed, sequence of work, hazard to
be controlled in each activity, recommended controls, equipment involved, inspection required, and training
requirements. Contractor shall not perform on-site work until a safety plan is submitted to the COR and Contracting
Officer.
4.0 Security and Workforce
4.1 Work Force: The Contractor shall meet all security and identification requirements of Al Riffa Air Base,
Kingdom of Bahrain. The Contractor shall be responsible for the control and accountability of workers brought on
to Al Riffa Air Base. Contractor shall apply for and obtain all required base access badging for their employees and
any delivery of equipment or material to the site. Each employee will display the badge at all times while on the
base. The Contractor shall have a fluent English-speaking supervisor on site at all times when work is in progress.
The supervisor must ensure that contractor employees remain at the site of work while on the base unless authorized
by a Government official and escorted by the supervisor. Contractor personnel shall be responsive to Government
officials, but all direction with respect to the contract shall be from the Contracting Officer.
4.2 Site Supervisor: The Contractor shall provide a site supervisor who is fluent in English. The Contractor shall
identify the site supervisor to the Government prior to the start of any work and during any work; the site supervisor
shall wear a distinguishing badge to aid identification.
4.3 Project Manager: The Contractor shall provide a project manager who shall be the primary point of contact
for the performance of this work. The Contractor shall provide the name and contact information for this person and
for an alternate project manager to the Government and inform the Government of any changes to this information.
The Project Manager shall be fluent in English.
4.4 Site Access: The Contractor shall obtain temporary base access passes through the Contracting Officer
Representative: MAJ Walters at [email protected] or CW4 Blake at [email protected]. The
Contractor shall allow a minimum of 14 days to process passes. The contractor shall coordinate with U.S.
Government representatives to ensure contract employees meet all security requirements prior to their arrival at the
base site. Please provide the following proper personnel documentation to include employee names, vehicle
information (make/model, number of vehicles/trailers), photocopy of each employee CPR card (front and back),
employee nationality, and position title of each employee.
4.5 Personnel Restrictions: Citizens of the countries below are prohibited access to the base unless granted an
exception by the U.S. Base Commander. For each exception to policy, a name-check with the U.S. Embassy and a
Bahrain BMOD/BMOI Background Investigation will be conducted and kept on file at the Installation Access
Office.
a. Cuba
b. Iran
c. Iraq
d. Libya
e. Democratic People’s Republic of Korea
f. Sudan
g. Syria
Citizens of the countries listed below are permitted to apply for base access; however, a name-check with the U.S.
Embassy must be conducted in addition to the routine BMOD/BMOI Background Investigation.
a. Russia
b. People’s Republic of China
W912D1-09-T-0175
0004
Page 8 of 12
c. Socialist Republic of Vietnam
5.0 Life Support
5.1 Transport: The Contractor shall provide the necessary transport for its workforce.
5.2 Sustainment: The Contractor shall provide food, water, and sanitation for its workforce.
5.3 Medical: The Contractor shall provide for the medical care of its employees, other than emergency or critical
care.
6.0 Contractor Quality Control Plan (QCP)
6.1 Contractor Quality Control: The Contractor shall establish and maintain a quality control program that has
been reviewed and accepted by the Government for compliance with contract. The Contractor's QCP shall explain
the manner in which the Contractor shall assure all contract requirements are being accomplished in an acceptable
manner. The QCP shall contain sufficient detail for contractor to execute and quality control a project of this
magnitude and complexity.
6.2 Quality Control Files: The Contractor shall maintain a file of all inspections or tests conducted by the
Contractor, to include any corrective actions taken. This file shall be subject to Government review at the
Contracting Officer's discretion during the contract term, to include any extensions of contract term. The file shall
be the property of the Government and shall be turned over to the Government upon completion or termination of
the contract.
6.3 Warranty: The Contractor shall guarantee the guard towers for two (2) year from date of acceptance,
excluding acts of Government negligence, acts of war, and acts of nature. The contractor shall provide a point of
contact for warranty issues on the building. Contractor shall use its best efforts to make all repairs as quickly as
possible.
7.0 Out-of-Scope: If the Contractor is directed to do any work that the Contractor considers outside the scope of
this contract, the Contractor shall notify the Contracting Officer immediately and follow-up in writing within two (2)
days of discovery. The Contractor shall not work on that portion of the project it believes is outside the scope of this
contract.
8.0 Installation: The contractor shall install the towers to the above-mentioned height specification and as detailed
in a site survey conducted by the contractor and the Contracting Officers Representative prior to initiation of work.
The contractor will connect pneumatics, air conditioners, lights, and power outlets for the towers to a supplied
distribution board. The contractor will install tower staircases IAW the manufacture’s recommendation.
9.0 Clean Up: The Contractor shall remove all debris from the installation site and secure all material and
equipment safely at the close of each workday. The Contractor shall maintain the work site in a neat, orderly, and
safe condition at all times. The Contractor shall remove all tools, supplies, equipment, and debris upon completion
of the contract.
10.0 Period of Performance: The Contractor shall coordinate with the COR to establish hours of operation for the
duration of installation. The Contractor shall begin warranty for the guard tower as soon as it is accepted by the
Government.
11.0 General Billing Information: The contractor shall submit an invoice in accordance with the Contract Line
Item Number (CLIN) structure established in the contract. The contractor shall utilize the electronic invoicing
system, Wide Area Work Flow (WAWF) at https://wawf.ed.mil <https://wawf.ed.mil/> . The contractor shall have
current registration through Central Contractor Registration (CCR), www.ccr.gov <http://www.ccr.gov/> in order to
utilize WAWF.
W912D1-09-T-0175
0004
Page 9 of 12
12.0 Deliverables:
12.1 Deliverables: As Stated in the PWS, or upon request by the Government, the Contractor shall deliver the
following to the Contracting Officer, Contracting Officer Representative, and Project Manager:
12.1.1 Warranty point of contact information: See paragraph 6.3 for a description of the requirement. Due
within 1 week of contract award.
12.1.2 Grounding Test: The Contractor shall coordinate with the COR to ensure a qualified representative is
present at testing. Grounding test results report shall be issued on company letterhead and shall include project
name, location, date/time, test equipment model/serial number, test points, and name/signature of certifying person.
That person shall be provided by the Government. See paragraph 2.7.3 for a description of the requirement.
12.1.3 As-Built Drawings: The Contractor will supply as-built drawings (hard copies and CDs in AUTOCAD Version
2007) at the completion of work.
12.1.4 Project Manager Contact Information: See paragraph 4.3 for a description of the requirement. Due within
1 week of contract award.
12.1.5 HVAC Wiring and Power & Control Wiring Diagrams: See paragraph 2.8.2 for a description of the
requirement. Due within 1 week of contract award.
12.1.6 Quality Control Plan: Identifying each work activity and how it will be checked before, during, and after
installation. Due within 1 week of contract award. See paragraph 6.0 for a description of the requirement.
12.1.7 Lighting Plan: Shall set out the interior and exterior lighting, fixtures and switch locations. Include data
sheets for all lighting fixtures, wiring devices, ballasts and control devices. Due within 1 week of contract award.
See section 2.9 for a description of the requirement.
12.1.8 Materials List: Provide manufacturer’s catalog cuts and technical data sheets for doors, locks, smoke detectors,
fire extinguishers, exit signs, exhaust fan, and emergency lighting. The Contractor shall provide technical data sheets for
all mechanical systems to include the number, size, capacity, fuel or power source, and maintenance requirements. Provide
vinyl floor samples as well as external and internal paint color samples. Due within 1 week of contract award.
12.1.9 Shop Drawings: Certified by licensed civil engineer that include overall dimensions; structural details, load
calculations, and egress hardware. These drawings must be accompanied with a certificate of certification of the licensed
civil engineer. Due within 1 week of contract award.
12.1.10 Contractor Safety Plan: See paragraph 3.1 for a description of this requirement. Contractor shall not
perform on-site work until a safety plan is submitted to the COR.
12.1.11 Technical Manuals: Contractor shall provide copies of all the technical manuals and documentation for all
installed equipment upon acceptance.
12.1.12 Progress Schedule: The Contractor shall provide a detailed schedule outlining work activities and
installation. Due within 1 week of contract award.
13.0 Notice to Proceed/Completion Date: (NTP) will be issued when the government approves all submittals or
otherwise directs the works to proceed. The Contractor shall commence work from the date of NTP and shall
complete the work no later than 45 days after award of contract.
14.0 Contract Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve
Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor
manpower (including subcontractor manpower) required for performance of this contract. The contractor is
W912D1-09-T-0175
0004
Page 10 of 12
required to completely fill in all the information in the format using the following web address
“https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office,
Contracting Officer, Contracting Officer’s Technical Representative; (2) Contract number, including task and
delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address,
phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours
(including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor);
(7) Total payments (including subcontractor); (8) Predominant Federal Service Code (FSC) reflecting services
provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title
associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is
responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations
where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City,
Country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of
deployment or contingency contract language, and, (13) Number of contractor and sub-contractor employees
deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the
estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period
of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported
by 31 October of each calendar year.
QUESTIONS AND ANSWERS #2
Bahrain Guard Tower
Questions and Answers
02 July 2009
Question 1: The size of the tower ?.Is it as per the sketch ? The sketch is for open type watch towers only .But their
requirement is for closed type .Only the height range of cabin floor is mentioned as between 25 and 50
feet .So please get the cabin size .
Answer 1: There weren’t any sketches given to any vendors by the Government. This question was posed by a
vendor who responded to a sources sought. Below is the reply given by the Government.
1. 1x 25 ft measurement is from ground to floor of cabin
3x 50 ft measurement is from ground to floor of cabin
2. The guard tower shall be a closed type.
3. Cabin size is between 8ft and 10ft diameter
Question 2: We expect the cabin walls should be out of bullet proof glass with each window on three sides to get
360 degree range of vision and bullet proof door at entrance . But wall materials are mentioned as
concrete masonary /brick .Cabin floor with reinforced concrete ,steel plate back up and vinyl top .Roof
material is not mentioned .Thickness mentioned as 12mm . I expect the ballistic window opening size
as 915x915mm -12 nos and ballistic door 1000x2100mm-4 nos.(both rated UL 752 Level V )in
accordance with IENSA HB-9 .
Answer 2: UL 752 is the only standard for all materials for roof, floor, walls, door and glass. Material use is
determined by vendor design. IENSA HB9 refers to the window glazing standard.
Question 3: At the time of site foundation work do we have to get any authority approval from Baharin muncipality
?
Answer 3: All required building permits are required before any modifications can take place.
Question 4: What shall be the size(L X W) with frame door opening for the doors for the Towers?
Formatted: Indent: First line: 0"
W912D1-09-T-0175
0004
Page 11 of 12
Answer 4: HxW = 72inX36in
Question 5: Would there be any hardware material for the doors(panic device, door closure etc)?
Answer 5: Ensure Hardware is UL 752 Level V, Material is vendor preference
Question 6: Kindly confirm the sizes for the equipment shelves as well as their material specs?.
Answer 6: Equipment shelves should be no less than 30in.
Question 7: What shall be the Lighting capacity of the manually operated search light and the total length that it
should reach to in meters?
Answer 7: The range of beam should reach 1/4-1/2km
Question 8: 1- In page 2, section 2.1..1, wall materials, you provided FIVE different kind of materials, which one is
the government preference?
Answer 8: No preference, material used should be based on design.
Question 9: In page 3, section 2.1.2, roof thickness of 12mm, do you need same level of protection on the roof
material, or 12mm steel plates will be accepted?
Answer 9: Roof should be of the same ballistic nature as walls.
Question 10: In page 3, section 2.1.2, blast protected ballistic door is required, what kind of door lock mechanism is
required manual or electronic?
Answer 10: Manual preferred but electronic design no affected by power outage is acceptable
Question 11: What Size of Gun Ports is required in all 4 sides of the guard room?
Answer 11: The windows are the gun ports
Question 12: What kind of material is needed for the guard room flooring? Is it armored steel or mild steel only?
Answer 12: Same ballistic nature as the walls.
Question 13: Does the government needs a catwalk around the Guard Room? If yes can you provide details to size
and materials required?
Answer 13: No cat walk required, however if included should be a min of 36in.
Question 14: How many spot lights are required on the Guard Room Roof?
Answer 14: 2 ea.
Question 15: For such High Towers, Any lighting system will be required on stairs? and what height of handrail is
needed for the stairs?
Answer 15: 4Oin. Lighting yes.
W912D1-09-T-0175
0004
Page 12 of 12
(End of Summary of Changes)