Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOURCES SOUGHT

R -- Provide Installation level logistics support and services for all Army organizations, subordinate units and respective military organizations, to include supply and services, transportation and maintenance for the Islands of Oahu and Hawaii

Notice Date
11/4/2005
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-05-R-0090
 
Response Due
11/16/2005
 
Archive Date
1/15/2006
 
Small Business Set-Aside
N/A
 
Description
Response date is 16 Nov 2005. This is a sources sought announcement only. There is no solicitation available at this time. The Regional Contracting Office, Hawaii (RCO-HI) is conducting market research to determine small business capabilities as a prime contractor for an upcoming solicitation for a follow-on A-76 contract. The U.S. Army Garrison Hawaii is preparing to solicit a renewal contract for installation logistical support and services for all Army organizations, subordinate units and respe ctive military organizations supported by the U.S. Army Garrison Hawaii. Services specified in the Performance Work Statement (PWS) will include work performed in the areas of supply and services, transportation, and maintenance on the Island of Oahu. Sat ellite operations on the Island of Hawaii only include requirements in the areas of supply and services, and transportation. Supply and Services. Supply management and operations include ordering, receipt, storage and issue for the Supply Support Activity (SSA), Hazardous Material and Control Center (HMCC), Installation Property Book (IPB), Troop Issue Subsistence Activity (TIS A), Central Issue Facility (CIF), and Ammunition Supply Points (ASP). Supply and service activities are provided for Classes I, II, III, IV, V, VII, and IX. The contractor shall receive, store, load, off-load, segregate, palletize, manage, and ship items . The contractor shall operate a central turn in point, packaging and crating section, and temporary loan warehouse. Transportation. Installation transportation services include management and operations of Personal Property and Travel (PP&T) office, Transportation Motor Pool (TMP), Common User Land Transportation (CULT), and bus services. CULT services include drivers and equipment to support Army and interservice cargo (hazardous material, live munitions, and general cargo) and troop movement requirements to all branches of service in the area. Maintenance. Installation maintenance services include operations and management of the Army Warranty Program, Army Oil Analysis Program (AOAP), Coordinated Logistics Support Program (CLSP), Test Measurement Diagnostic Equipment (TMDE), Demilitarization (DEMIL). The contractor shall provide unit level support, direct support, and general support for services and repairs for fabrication work, locksmith services, communications and electronic equipment, general equipment, furniture repair, automotive equip ment, armament and fire control equipment, construction and material handling equipment, and power and air conditioning support. The contractor shall manage the modification work order program and receive kits, schedule, install, and coordinate with cust omers. The contractor shall receive and deprocess new or reconditioned items/equipment for fielding/distribution to customer units. Satellite Operations, Pohakuloa Training Area (PTA). Services performed at PTA include management and operation of the Troop Issue Subsistence Activity (TISA), munitions management of the ammunition supply point, Transportation Motor Pool (TMP), and pers onnel/baggage transport. The renewal contract will absorb requirements that become a part of the DOL's mission as a result of future U.S. Army initiatives such as transformation and modularity. The impact of these initiative on U.S. Army Garrison Hawaii operations are not clearly defined at this time. The renewal contract will be written to respond to evolving mission requirements. The contract type intended is cost plus award fee (CPAF) with award term options. The requirement will result in a single award. Solicitation is anticipated to be issued in Mar-Apr 2006. A Secret security clearance granted by the Defense Industrial Secu rity Clearance Office (DISCO) shall be required prior to performing any part of the contract. The contract amount is anticipated to be between $10M-$20M annually. Interested sources shall notify the Contracting Office r at the following address: Regional Contracting Office Hawaii, Building 520, Pierce Street, Fort Shafter, HI 96858-5025 or fax (808)438-6563, or e-mail at Tina.Johnston@shafter.army.mil. Sources shall provide a statement of interest on company letterhe ad no later than 16 Nov 2005 along with the following: (1) list of contracts currently or recently performed (within the last 5 years) with the same or similar magnitude and scope of this requirement, (2) brief description of each project and how it is th e same or similar to supply and service, transportation and maintenance functions as outlined above, (3) contractor's past performance assessments on the referenced contracts, (4) points of contact (name, phone number, email address) for each referenced co ntract, and (5) a statement whether your firm is a large or small business. The size standard for this requirement is $30 million (see also Foot Note 12 for this NAICS code at www.sba.gov/size/sizetable2002.html).
 
Place of Performance
Address: Directorate of Logistics, U.S. Army Garrison, Hawaii Bldg. 6039, East Range Schofield Barracks HI
Zip Code: 96857
Country: US
 
Record
SN00927080-W 20051106/051104212752 (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.