W91GY0-08-Q-0114 29 of 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NO.
W915WE80400817 / PAGE 1 OF 30
2. CONTRACT NO. / 3. AWARD/EFFECTIVE DATE
See Block 31c / 4. ORDER NO. / 5. SOLICITATION NO.
W91GY0-08-Q-0114 / 6. SOLICITATION ISSUE DATE
21 March, 2008
7. FOR SOLICITATION
INFORMATION CALL / a. NAME
/ b. TELEPHONE NO. (No collect calls)
703-544-6573 / 8. OFFER DUE DATE/LOCAL TIME
31 March 2008, 1630 Baghdad Local Time
9. ISSUED BY CODE / 10. THIS ACQUISITION IS / 11. DELIVERY FOR FOB / 12. DISCOUNT TERMS
PCO
Joint Contracting Command Iraq
Phoenix Base
Baghdad Iraq APO AE 09348
DSN: 318-852-1872 / UNRESTRICTED
SET ASIDE: % FOR
SMALL BUSINESS / DESTINATION UNLESS BLOCK IS MARKED
SEE SCHEDULE / Net 30
SMALL DISADV. BUSINESS / 13a. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 700)
8(A) / 13b. RATING
SIC:
SIZE STD: / 14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO CODE / 16. ADMINISTERED BY CODE
International Zone, Baghdad, Iraq / Same as Block 9
17a. CONTRACTOR/ CODE
OFFEROR / FACILITY
CODE / 18a. PAYMENT WILL BE MADE BY CODE
USACE Finance Center
5722 Integrity Drive
Millington, TN 38504-5005
EMAIL:

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER / 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
SEE SCHEDULE ON PAGE 3
(Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
21 NA 2007 2092.000P0 2007 IQ IQJ8 13000000000 40044 2540 630HB5 NA GB7494 / 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN __1___ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. / 29. AWARD OF CONTRACT: REFERENCE ______DATED ______. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR / 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) / 30c. DATE SIGNED / 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)
MAYYA F. GAVRILYUK. / 31c. DATE SIGNED
32a. QUANTITY IN COLUMN 21 HAS BEEN
ACCEPTED, AND CONFORMS TO THE / 33. SHIP NUMBER / 34. VOUCHER NUMBER / 35. AMOUNT VERIFIED CORRECT FOR
RECEIVED INSPECTED CONTRACT, EXCEPT AS NOTED / PARTIAL FINAL
36. PAYMENT / 37. CHECK NUMBER
32b. SIGNATURE OF AUTHORIZED GOVT REPRESENTATIVE / 32c. DATE / COMPLETE PARTIAL FINAL
38. S/R ACCOUNT NO. / 39. S/R VOUCHER NO. / 40. PAID BY
42a. RECEIVED BY (Print)
41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER / 41c. DATE / 42b. RECEIVED AT (Location)
42c. DATE REC’D (YY/MM/DD) / 42d. TOTAL CONTAINERS

AUTHORIZED FOR LOCAL REPRODUCTION SEE REVERSE FOR OMB CONTROL STANDARD FORM 1449 (10-95)

Computer Generated NUMBER AND PAPERWORK BURDEN STATEMENT Prescribed by GSA - FAR (48 CFR) 53.212

SF 1449 CONTINUATION SHEET

Section B – Schedule

Period of Performance: 01 May 2008 through 31 October 2008

LINE
ITEM NO. / SCHEDULE OF SUPPLIES/SERVICES / QTY / UNIT / UNIT PRICE / AMOUNT
0001 / Mobile APA Certified Polygraph Systems and specified peripherals IAW SOW paragraphs 4.0, 4.1 and all subparagraphs / 8 / Ea
0002 / APA Certified Polygraph Systems Training for eight (8) personnel. Contractor is responsible for the development and delivery of curriculum and associated training materials IAW SOW paragraphs 4.0, 4.2 and all its subparagraphs / 1 / Class

FOB Destination

Section C – Statement of Work

MINISTRY OF DEFENSE AND MINISTRY OF INTERIOR

EMPLOYEE TRAINING

ON

POLYGRAPH SYSTEMS

1.0  BACKGROUND: Ministry of Defense (MOD) and Ministry of Interior (MOI) requires polygraph capability in order to effectively screen, vet, and determine individuals’ suitability for positions of trust and responsibility, and access to sensitive and classified information.

2.0  LOCATION: All training will be conducted in the International Zone; the exact location of this training shall be specified by the COR after the establishment of this contract.

3.0  PERIOD OF PERFORMANCE: The period of performance shall not exceed six (6) months in total starting with the date specified in the contract as the beginning date of performance and must include sixteen (16) weeks of classroom instructions and eight (8) weeks internship.

4.0  SCOPE OF WORK: The Contractor shall provide eight (8) mobile polygraph systems and train eight (8) MOD/MOI employees to operate the polygraph systems.

THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE FOLLOWING:

Task 1: Provide polygraph examiner training and instruction that meets APA certification standards to eight (8) MOD/MOI employees.

Task 2: Provide two (2) months of internship training after successful completion of the classroom instruction.

Deliverable: Provide oversight and verbal/written critiques and evaluations as students conduct at least three live polygraph examinations per week.

Task 3: Provide 8 new APA certified mobile polygraph systems with the following peripherals to be used by the students during the classroom training phase and during the internship phase:

1 x Laptop computer

1 x Blood pressure cuff,

2 x Pneumatic tube assemblies,

1 x Electro deviation activity monitor,

1 x Cardio monitor,

1 x Movement sensor,

1 x Minimum 5 channel data activity sensor box,

1 x Polygraph chair,

1 x Portable polygraph printer.

Task 4: Provide the necessary number of linguists to effectively conduct the training and internship phases of the course in Iraqi Arabic and to communicate in English with MNTSC-I personnel.

Task 5: Provide all necessary course materials in Iraqi Arabic to the students with one set of course materials in English. The contractor will be expected to make recommendations that establish or refine training and operations as they relate to MNSTC-I mission requirements.

Task 6: The Contractor will designate one person under this contract as the senior site lead. This individual will be responsible for coordinating with senior MNTSC-I leadership on contractor personnel management/leadership issues associated with performance under this contract. Course cadre will direct students with medical or logistics concerns to appropriate government and military officials and will not be required to provide these services directly.

5.0  SPECIFIC CONTRACT REQUIREMENTS:

5.1  Specific Instructors Requirements: All instructors shall be American Polygraph Association certified in good standing. experience in conducting polygraph examinations shall be supported with APA certificate and resume showing proof of experience. Instructors must be knowledgeable in investigative procedures.

5.2  Specific Training Requirements: Instructors shall train eight (8) Iraqi personnel in the operation of mobile polygraph systems to APA standards and all necessary procedures to conduct a polygraph examination, to include: pre-interview, examination, determine results of the examination and the post examination interview and results presentation.

6.0  DELIVERABLES:

6.1  Bi-weekly in-progress-review reports to the COR outlining accomplishments, failure to complete work, inability to comprehend instructional material, and disciplinary issues are a requirement of this procurement and must be fulfilled as such.

6.2  Contractor will present a Certificate of Completion of Training to each student upon completion of the course to certify that student has satisfied all training requirements and demonstrated proficiency of APA standards.

NOTE: U. S. Government does not intend to award official APA certifications to the trainees upon commencement of the course.

6.3  The contractor is to provide training plan, to include the class curriculum, lesson plans, and or syllabus. The class curriculum will be submitted for approval to the contracting officer prior to the beginning of the class.

.

7.0  GOVERNMENT-PROVIDED SUPPLIES/SERVICES/FACILITIES:

MNSTC-I will provide the following:

1. Lodging and meals for the contractor personnel

2. Air transportation to and from the commercial point of arrival in Kuwait to IZ to include processing of entry and exit.

3. Transportation and customs clearance of all tools and test equipment from the United States.

4. Training facilities, to include a classroom, internet connection and phone available for official business only.

8.0  CONTRACTOR-PROVIDED FACILITIES AND SERVICES:

8.1  Communications Support: The contractor will provide personal communications, as needed, to include commercial phones and internet support for the employees.

8.2  Travel Support: US contractors will comply with all US requirements in order to enter Iraq. Any and all requirements for the Individual Deployment Site (IDS) or CONUS Replacement Centers (CRC) pre-deployment procedures are available thru Fort Benning. The mission of CRC is to receive and process individual non-unit related personnel (NRPs) of all branches and components, civilian employees, contractors and units for deployment to and re-deployment from theaters of operations. Contractor personnel may be required to process through the CRC. For additional information regarding this process, go to https://www.benning.army.mil/CRC/.

9.0  ADDITIONAL INFORMATION:

Fitness for Duty and Limits on Medical / Dental Care in Iraq and Afghanistan (5 Nov 07): The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed employees, the provisions for care offered under this section, and redeployment of individuals determined to be unfit. The contractor bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the performance. The contractor shall include this information and requirement in all subcontracts with performance in the theater of operations.

The contractor shall not deploy an individual with any of the following conditions unless approved by the appropriate CENTCOM Service Component (i.e. ARCENT, CENTAF, etc.) Surgeon: Conditions which prevent the wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and chemical/biological protective garments; conditions which prohibit required theater immunizations or medications; conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and biological protectives and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI >/= 40); dysrhythmias or arrhythmias, either symptomatic or requiring medical or electrophysiologic control; uncontrolled hypertension, current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly diagnosed or under current treatment, or recently diagnosed/treated and requiring frequent subspecialist surveillance, examination, and/or laboratory testing; dental or oral conditions requiring or likely to require urgent dental care within six months’ time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate restorative dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (< 1 year)) seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Meniere’s Disease or other vertiginous/motion sickness disorder, unless well controlled on medications available in theater; recurrent syncope, ataxias, new diagnosis (< 1year) of mood disorder, thought disorder, anxiety, somotoform, or dissociative disorder, or personality disorder with mood or thought manifestations; unrepaired hernia; tracheostomy or aphonia; renalithiasis, current; active tuberculosis; pregnancy; unclosed surgical defect, such as external fixeter placement; requirement for medical devices using AC power; HIV antibody positivity; psychotic and bipolar disorders. (Reference: Mod 8 to USCENTCOM Individual Protection and Individual/Unit Deployment Policy, PPG-Tab A: Amplification of the Minimal Standards of Fitness for Deployment to the CENTCOM AOR).

In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD PGI 225.74), resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities and assistance with patient movement in emergencies where loss of life, limb or eyesight could occur will be provided. Hospitalization will be limited to emergency stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. Subject to availability at the time of need, a medical treatment facility may provide reimbursable treatment for emergency medical or dental care such as broken bones, lacerations, broken teeth or lost fillings.

Routine and primary medical care is not authorized. Pharmaceutical services are not authorized for routine or known prescription drug needs of the individual. Routine dental care, examinations and cleanings are not authorized.

Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-related services or transportation rendered. In accordance with OUSD(C) Memorandum dated January 4, 2007, the following reimbursement rates will be charged for services at all DoD deployed medical facilities. These rates are in effect until changed by DoD direction.

Inpatient daily rate: $1,918.00. Date of discharge is not billed unless the patient is admitted to the hospital and discharged the same day.

Outpatient visit rate: $184.00. This includes diagnostic imaging, laboratory/pathology, and pharmacy provided at the medical facility.

(End)

Trafficking in persons prohibition: Prohibition Against Human Trafficking, Inhumane Living Conditions, and Withholding of Employee Passports (5 Nov 07): All contractors (“contractors” herein below includes subcontractors at all tiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other actual or purported government identification document, of another person, to prevent or restrict or to attempt to prevent or restrict, without lawful authority, the person’s liberty to move or travel, in order to maintain the labor or services of that person, when the person is or has been a victim of a severe form of trafficking in persons.

Contractors are also required to comply with the following provisions:

1) Contractors shall only hold employee passports and other identification documents discussed above for the shortest period of time reasonable for administrative processing purposes.