Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOURCES SOUGHT

M -- Directorate of Logistics Base Operations Support Services

Notice Date
4/29/2003
 
Notice Type
Sources Sought
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
DABK35-02-R-0002
 
Archive Date
5/3/2003
 
Point of Contact
Carmen Lee, 580-442-3404
 
E-Mail Address
Email your questions to ACA, Fort Sill
(leec@sill.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NA - SMALL BUSINESS SOURCES SOUGHT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The Army Contracting Agency, Southern Region, Directorate of Contracting, Fort Sill, OK is seeking information on sources to provide resources to plan, organize, manage person nel, operate and perform the Fort Sill Directorate of Logistics (DOL) supply, maintenance and transportation logistical support services. Logistical support responsibilities includes active Army, US Army Reserve (USAR), and Reserve Officers Training Corps (ROTC) located in the states of Oklahoma, Arkansas, Louisiana, New Mexico, and Texas along with the Army National Guard. TRANSPORTATION SERVICES includes operating a transportation motor pool for tactical and non-tactical vehicles. Services include materi el movements, personal property shipment and storage, rail and yard operations, terminal warehouse operations, control and operation of the NTV vehicle fleet and driver's testing and training. MAINTENANCE includes Direct Support and General Support (DS/GS ), operator, organizational and depot level maintenance and repair on tactical and non-tactical equipment; preventive maintenance, lubrication, servicing, repair, troubleshooting and diagnosis of malfunctions; removal and replacement of parts, components a nd assemblies; overhaul and rebuild components; estimating cost of repairs; machine shop alterations; welding; body and fender repair and painting; vehicular type air conditioning equipment and servicing and repair; and repair of equipment in the field. S UPPLY functions include operation of SARSS1 and SARSS2A sites, Inventory Management, Storage, Bulk and Retail Fuel Distribution, Ammunition Supply Point, Supply Systems Administration, Asset and Transaction Reporting, National Maintenance Management Progra m, Hazardous Materials Management Program and the receiving, storing, issuing, classifying, shipping, and disposing of supplies and equipment, except medical. A Cost-Plus-Award Fee is anticipated. The magnitude of the requirement is expected to be in exce ss of $27 million over 3 years of performance. A base year with 2 option years is anticipated. For the purpose of small business classification, the NAICS Code is 561210 and the small business size standard is $23 million. Interested sources should provid e a capability statement to the address below. This statement should include the following (1) name and address of firm; (2) if your company is considered to be a small business for purposes of performing services under NAICS code 561210 with small busine ss size standard of $23 million, and total number of employees; (3) ownership and control i.e. small/small disadvantaged/8a/woman owned or Joint Venture; (4) year firm established; (5) name of two principals to contact, including title and telephone numbe r; (6) if your company regularly engages in the business of providing the management and operation of logistics services required and is to include information identifying that portion and its specific tasks. You must include the contract type, total dolla r value and name/phone of a customer point of contact and contracting officer?s name and telephone number for each contract; (7) list any contracts your company is currently performing that would be considered the same as/similar to this effort (size, scop e, complexity), as well as those you have completed within the last three years, including contract type, dollar value, and references with names and phone numbers; (8) whether your company is performing these efforts successfully (indicators are percentag e of award fee given; favorable past performance ratings; absence of Contract Discrepancy Reports; deductions; Cure/Show Cause Notices; or Option Periods not exercised; (9) were contracts won competitively; if not, list those which were not won competitive ly; (10) provide total value of all revenue your company received from 1 Oct 01 through 30 Sep 02 and two previous years (revenue is defined as accounting reve nue used in support of your company's Federal Income Tax Returns); (11) provide additional information that will support your financial capability to perform projects of this magnitude; (12) identify specific proposals you have prepared in response to RFP' s, identify the customers requesting the proposals with points of contact names and phone numbers - if your proposal was the winning offer and for any requests for proposals you did not win, did you meet the solicitation's competitive range criteria. Speci fy if you submitted any proposals in line with best value (trade-off process) evaluation and provide supporting information and explanations and points of contact; identify any other specific proposals you have prepared demonstrating capability in prepari ng and submitting complex offers for large scale requirements such as, but not limited to, lowest price/technically acceptable; (13) if your company normally competes as its own business entity or as a joint venture when competing for this type of work. If you anticipate teaming with other small businesses to perform this requirement, you as the managing venturer should have each member of your joint venture team complete all previous questions. You as the managing venturer should provide a copy of any prop osed joint venture agreement that would apply to this requirement. NOTE: Teaming with a large business firm is not considered, nor does it apply, as a Small Business Joint Venture. To qualify as a Small Business Joint Venture, each venturer must be a smal l business under the size standard of $23 million in annual revenue; (14) on the average, what percentage of total effort does your company normally subcontract for this type and magnitude of work; describe how your company maintains effective control (man agement and quality) over subcontracted portions of these contracts and list major subcontractors including name, address and telephone of primary point of contact; (15) what specific portions and percentages of subcontracting would you anticipate to perfo rm this requirement; (16) discuss your knowledge, understanding and compliance with federal regulations and policies pertaining to environmental health and safety issues and concerns. Documentation of technical expertise must be presented in sufficient det ail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Please limit your responses to no more than 15 pages total. The type should be no smaller than 12 pt pic a. A page is defined as one single-side. Your capability statement is required by COB 4 Mar 03 to U.S. Army Contracting Agency, Southern Region, Directorate of Contracting, ATTN: SFCA-SR-SI (Carmen Lee) Post Office Box 33501, Fort Sill, OK 73503-0501 or e-mail address: leec@sill.army.mil. This synopsis is for INFORMATION AND PLANNING PURPOSES ONLY. All information submitted is at offeror's own expense. Your response will be evaluated against our requirement. Respondents will not be notified of the result of this market survey. Responses to this request will be considered to be proprietary information from the respondents. FAX statements are acceptable at (580) 442-8014. Verbal statements will not accepted. Any questions may be directed to Carmen Lee at 5 80-442-3404.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN00314337-W 20030501/030429213604 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.