Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

R -- World Wide Logistics Support Services

Notice Date
8/1/2006
 
Notice Type
Solicitation 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
W52P1J06R0049
 
Response Due
10/4/2006
 
Archive Date
12/3/2006
 
Small Business Set-Aside
N/A
 
Description
The HQ, U.S. Army Sustainment Command intends to issue a solicitation for combat support/combat service support services identified in performance work statement (PWS) requirements for events, planning input to the Government and planning contractor for inclusion in the World-wide Management Staffing Plan and Combatant Commander/Army Service Component Commander (COCOM/ASCC) plans, and participation in exercises as directed by the procuring contracting officer. This procurement will be a full and open competition, and utilize a BEST VALUE evaluation selection process that includes evaluation criteria focusing on technical, management, past performance, cost, and a sample scenario. It is anticipated that the RFP will result in multiple awards, with a ten (10) year IDIQ contract, including one base year and nine (9) option years. The contract includes a Contract Line Item Number (CLIN) structure that supports Firm Fixed Price, Cost Plus Award Fee, Cost Plus Fixed Fee (CPFF) and Time and Material (T&M) contract elements. Task Orders will be competed between contractors receiving a base contract award, unless an exception to competition under FAR 16.505(b) (2) exists. The minimum funding for each of the Global LOGCA P IV contracts is for a core program office. Each offeror shall provide a staff, which will be responsible for keeping company internal plans and deployment lists current, and interacting with a separate planning/support contractor who will be updating the worldwide management and staffing plan and regional plans. The maximum permitted on each LOGCAP IV contract is $5 billion per year. The contractor shall be required to execute service support in all types of environments, providing combat support, combat service support, and engineering and construction services. Included in the combat service support task is supply operation service. Notwithstanding the intent to have the contractor perform supply operations, it is not intended that the Government will order supplies for delivery to the Government under this contract. While the contractor is expected to obtain any supplies necessary t o meet their obligations and perform operations and services identified in PWS requirements, Government supply requirements are not a part of the PWS. Combat Support Services. Includes such services as base camp services of food service, billeting, clothing exchange and bath (CEB)with laundry and minor sewing, latrines, waste management to include hazardous waste, facilities management, morale, welfare and recreation (MWR), information management, fire protection, fire fighting, Signal (Telephone Cable Repair, Cable, Wire, and Antenna Installation, and Access to Communication Networks); sanitation; information management; power generation and distributio n; retrograde (equipment and materiel); and security and badging operations. Combat Service Support Services. Includes such services as: Supply Operations - Requisition, Receipt, Storage, Issue, Accountability, and Materiel Management, specifically Class I (Rations and bulk/bottled Water, Class II (Organizational Clothing and Equi pment and Administrative Supplies), Class III (Petroleum, Oil and Lubricants - both Bulk and Package), Class IV (Construction Materials), Class V (Ammunition - to include Ammunition Supply Point Operations), Class VI (Personal Demand Items), Class VII (Maj or Items), Class VIII (Medical Supplies), and Class IX (Repair Parts- ground and aviation); Maintenance Operations - Maintenance of Table of Distribution and Allowances (TDA) Equipment and Table of Organization and Equipment (TO&E) Tactical and Combat Vehi cles, Equipment, and/or components thereof - Unit through General Support (GS) Level and Maintenance of Non-Tactical vehicles and equipment; 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; Fue l testing; Mortuary Affairs, Medical Services (Supply, Maintenance, Transportation, Administration, and Vector Control Services); Postal Operations, and Administration such as Personnel Support and Banking Support; Test, Maintenance and Diagnostic Equipmen t (TMDE) services support. Engineering and Construction. The performance contractor shall provide a full range of engineering and construction services, as defined in individual task orders. These include such services as planning, engineering, and design in conjunction with construction, repair, restoration, r enovation, operations and maintenance, real property transactions if identified, and construction services. The performing contractor shall provide all resources, labor, material, equipment, and management necessary to complete engineering and construction task orders issued under this contract. There will be a Pre-Proposal Conference date and time to be announced. Contractor must be able to obtain and provide a Secret Level Security Clearance issued by Defense Security Service (DSS) prior to solicitation closing. Logistics Civil Augmentation Program (LOGCAP) is an initiative by the United States Army to plan during peacetime for wartime or unforeseen military contingencies using commercial contractors to execute approved plans to provide logistics services and engineering support to augment U.S. forces in support of DOD missions with reasonable assurance of success a nd within reasonable costs. The North American Industry Classification (NAICS) is 561210. This procurement is unrestricted. Release of the solicitation is 15 August 2006. Date for receipt of proposals is 4 October 2006. The principal objective of LOGCAP IV Contract is to provide combat support and combat service support (CS/CSS) augmentation to Combatant Commanders (COCOM) and Army Service Component Commanders (ASCC) throughout the full range of military operations. LOG CAP services are also available to support military services, coalition and/or multi-national forces, and other governmental/non-governmental agencies. Each execution contractor would be required to execute logistics support in all types of environments on multiple task orders, simultaneously, in support of several dozen to tens of thousands of troops per task order in the general areas of supply, field services, and other operations/services. A second objective, outside the scope of this acquisition, is to provide worldwide and regional planning. This shall be posted via solicitation W52P1J-06-R0072. We will accomplish these objectives by awarding multiple LOGCAP IV program execution contract s, and a separate LOGCAP planning/support contract. To preclude any perception of improper competitive advantage, the execution contractors and planning/support contractor can not have any business relationship (teaming, partnering, subcontracting) or fin ancial interests in each other. Each Execution Contractor must work closely with the planning/support contractor to facilitate accurate planning and expedited EVENT execution. The support contractor will be required to sign non-disclosure agreements with the LOGCAP IV contractors for access to their proprietary information in order to facilitate the planning process. Since the LOGCAP IV Contractors will be working with classifie d operational plans, they must meet National Industrial Security Program Operating Manual (NISPOM) requirements to access such information. The Program Execution Contractors will be required to obtain SECRET clearances for any personnel managing classified information. All responsible sources may submit a proposal which shall be considered by the agency. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractor's Register (CCR). You cannot be awarded a DOD contract whose solicitation is issued after 31 May 98 if you are not registered in the CCR. You m ay register via the Internet at http://ccr.edi.disa.mil. Further information may be obtained through the Internet at http://www.acq.osd.mil/ec/faqs. If you do not have Internet access and want to register you may contact the CCR Registration Assistance Ce nter at 1-888-227-2423.
 
Place of Performance
Address: U.S. ArmySustainment Command ATTN: AMSAS-ACF, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01103275-W 20060803/060801221226 (fbodaily.com)
 
Source
FedBizOpps 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.