Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SPECIAL NOTICE

99 -- LOGCAP Industry Day July 26, 2005

Notice Date
7/13/2005
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
USA-SNOTE-050713-006
 
Archive Date
9/11/2005
 
Description
General Information Document Type: Special NoticeSolicitation Number:Not ApplicablePosted Date:Original Response Date:Current Response Date:Original Archive Date:Current Archive Date:Classification Code:R706  Logistics Support SvcsNaics Code:561210  Facilities Support SvcsC ontracting Office Address U.S. Army Field Support Command, ATTN: AMSFS-CCF, Rock Island, IL 61299-6500 Description The HQ U.S. Army Field Support Command is holding an Industry Day to determine the interest and capability of industry to participate in a competitive acquisition for contracted logistics support under the Logistics Civil Augmentation Program (LOGCAP). LOGCAP is a program of the U.S. Army to use civilian contractors to provide the U.S. troops with an additional means to adequately support the current and programmed force by performing selected services in wartime and other operations, i.e. Humanitarian A ssistance, Disaster Relief, Peace Keeping, Peace Enforcement, and Major/Minor Conflict. The principal objective of LOGCAP is to provide Combat Support and Combat Service Support (CS/CSS) augmentation to Combatant Commanders (COCOMs) and Army Service Compon ent Commanders (ASCCs) (COCOM/ASCC), primarily during COCOM contingency operations, throughout the full range of military operations to include reconstitution and replenishment, within reasonable cost. Planned changes in the Armys force structure could have an impact on future LOGCAP requirements. LOGCAP services have been authorized by the Department of the Army for use in supporting other military services, coalition and/or multinational forces, and other governmental/non-governmental agencies. Because of the potential need for additional contingency capability and the benefits of changing some elements of the current contract based on lessons learned, the Government proposes to solicit for additional contractors for future LOGCAP requirements. The Government will present some different approaches for industry comment. These preliminary approaches include soliciting for additional contractors to augment the current contract, competing for all new contracts, competing for the functional requireme nts worldwide, competing for global contractors who will get work anywhere, and/or competing for regional contractors. We will also look at whether worldwide and regional planning involving multiple LOGCAP contractors should be done separately by an indep endent contractor, or accomplished by one or more LOGCAP contractors. Any new contracts that might result will be for new LOGCAP requirements after contract award. Any potential solicitation and contracts that may result will require the contractor or contractors to be capable of providing LOGCAP support services. Any resulting contract(s) would be for up to 10 years, with work distributed possibly among no more tha n three contractors. Because of the requirement to work with classified information, contractors must be able to obtain a U.S Facility Clearance to the SECRET level in accordance with (IAW) Department of Defense Directive (DoDD) 5220.22 of the National In dustrial Security Program Operating Manual (NISPOM). This SECRET level clearance also applies to affiliates, team members, and subcontractors if they have access to classified information. A contractor would be required to execute support in all types of environments on multiple task orders, simultaneously, in support of several dozen to tens of thousands troops per task order in the following areas: Supply Operations. Class I (Rations and Water), Class II (Organizational Clothing and Equipment and Administrative Supplies), Class III (Petroleum, Oil and Lubricants - both Bulk and Package), Class IV (Construction Materials), Class V (Ammunition - to i nclude Ammunition Supply Point Operations), Class VI (Personal Demand Items), Class VII (Major Items), Class VIII (Medical Supplies), and Class IX (Repair Parts- to include Requisition, Receipt, Stora ge, Issue, Accountability, and Materiel Management). Field Services. Clothing Exchange and Bath (CEB), Laundry, Clothing Repair, Food Service, Mortuary Affairs, Sanitation to include Hazardous Waste, Billeting, Facilities Management, Morale Welfare and Recreation (MWR), Information Management, Postal Opera tions, and Administration such as Personnel Support and Banking Support. Other Operations/Services. Maintenance Table of Distribution and Allowances (TDA) Equipment to include Automatic Data Processing Equipment (ADPE)/Office Equipment, and Tactical Equipment or components thereof - Unit through General Support (GS) Lev el; Transportation (Movement Control, Cargo Transfer, Motor Pool, Port/Ocean Terminal Operations, Line/Local Haul, Arrival/Departure Air Control Group (A/DACG)), to include all aspects of aviation; Medical Services (Supply, Maintenance, Transportation, Adm inistration, and Vector Control Services); Engineering/Construction (Bed Down and Facilities Construction/Renovation and Repair, Site Preparation, Facilities Engineering, Road/Bridge/Rail/Runway/Port/Pipeline/ Walkway Construction and/or Repair, Temporary Real Property Leasing, and Utilities of Fixed Facilities Repair/Upgrade); Signal (Telephone Cable Repair, Cable, Wire, and Antenna Installation, and Access to Communication Networks); Retrograde (Equipment and Materiel); and Power Generation and Distribu tion. Current Government voucher processing time is 21 calendar days plus contractor time prior to submitting to the Government. Contractors may incur significant expense prior to Government reimbursement. Contractors must have the capability to track costs do wn to the subcontract level, and be able to work with foreign suppliers whose systems are not in compliance with U.S. accounting standards. All contractor invoices are subject to audit by appropriate audit agencies of the US Government. Contractors must have the capability to hire foreign national workers and comply with host country labor laws. They must also be able to rapidly establish logistics routes to move material to troops. The Government requests your input on these proposed approaches and other information to be presented at an Industry Day on July 26, 2005 at the Baylor Conference Room on Rock Island Arsenal. It is located on the 3rd floor of building 103. You must notif y the POC below in advance of your plans to attend the Industry Day on RIA to speed your security processing on the day of the conference. Fill out an advance registration at this link http://www.afsc.army.mil/ac/aais/ioc/industryday/registration.doc for submission to our Security Office. U.S. citizens must provide the name of your company, and names of attendees. You will need a valid photo identification to enter Rock Island Arsenal. Non-U.S. citizens need to notify the POC at least 8 days prior to th e conference and provide the following information: their full name, country of citizenship, passport number, date of birth, purpose of visit. To enter Rock Island Arsenal, foreign visitors must have their passport, except visitors from bordering countr ies who may also utilize a birth certificate or citizenship certificate with photo I.D. DUE TO THE ANTICIPATED INTEREST IN THIS PROGRAM, ATTENDEES ARE LIMITED TO TWO PEOPLE PER COMPANY. You can make reservations at various hotels in the area (Rock Isla nd and Moline, IL and Davenport and Bettendorf, IA.) Directions to Rock Island Arsenal: Driving Directions from Iowa: to the Moline entrance: take I-74 East to the River Drive exit (immediately at the end of the I-74 bridge) and turn left at the light. Go three blocks and just before the overpass turn ri ght and follow the Moline Bridge ramp to the Arsenal.
 
Record
SN00846416-W 20050715/050713212408 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.