Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
SPECIAL NOTICE

99 -- Logistic Support Services at Fort Irwin, California

Notice Date
12/15/2006
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
USA-SNOTE-061215-001
 
Archive Date
3/15/2007
 
Description
The Southern Region Contracting Center  West (based at Fort Sam Houston, Texas) has a requirement for Logistic Support Services at Fort Irwin, California, and is seeking interested businesses to provide all management and resources necessary to perf orm such services. This is not a Request for Proposals, but instead a market research tool to determine the availability and adequacy of potential sources prior to issuing the solicitation. There is no solicitation available at this time. Request for a solicitation will not receive a response. It is not the intention of the Government to enter into a contract based on this notice. This market research is seeking the following information: (1) expressions of interest from all businesses, but particularly the small business community, for the competition at the prime contractor level; (2) technical and financial capability of companie s interested at the prime contractor level and, (3) capability of those interested large or small business firms or teams as viable contenders at the prime contractor level. The Draft Performance Work Statement (PWS) was posted to the Army Single Face to Industry on or about 20 Nov 06, at the following website address: https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W9124J06I0002. We are not requesting technical/management proposals. Your response will be used solely as part of our market research efforts. The Government will not reimburse participants for any expenses associated with their participation in this survey. Any information provided by industry as a result of this questionnaire is voluntary. Small businesses are highly encouraged to participate in this survey, although responses from all businesses will be accepted. The applicable NAICS Code is 561210, Facilities Support Services (small business size standard with annual receipts of $32.5 million for the last 3 years). Please provide responses in Adobe Acrobat (*.pdf) file format. Hard copy responses are highly discouraged in order to avoid costs for the responses to your firm. Responses to this survey are due no later than 5:00 p.m. Central Standard Time on Friday, January 5, 2007 via email to cristina.chial@samhouston.army.mil and raineye.holmes@samhouston.army.mil. ANY INFORMATION RECEIVED WILL BE FOR GOVERNMENT USE ONLY: 1. Provide the company name, Point of Contact phone & email, and Business-type (socio-economic category; e.g., Small Disabled Veteran Owned, 8(a), HUBZone, Small Disadvantaged Business, Woman-owned, etc.) under the NAICS listed above. 2. If a solicitation for this effort were issued, would your firm submit a proposal as a prime contractor or as a subcontractor to a prime? 3. Provide information on any proposed teaming arrangements. If you are teaming with other companies, please list the number of teams / joint ventures your firm plans to be on. 4. What were your annual revenues (for those planning to subcontract, include subcontractor revenues) for the last 3 years? Provide evidence of financial capability to support a requirement of this nature and size as detailed in the Draft Performance Wor k Statement. 5. Degree of experience (over the last 3 years) in providing same or similar services in the major functional areas described below, to include past corporate and Government contracts, with current references and points of contact, as well as: (a) Contract Number and/or Project Title; (b) Name of contracting activity; (c) Administrative contract officers name, current telephone number; (d) Contracting officers technical representative or primary point of contact name and current telephone number; (e) Contract type (e.g. firm fixed price, cost plus, requirements, etc; (f) Period of performance (start and completion dates); (g) Basic contract award amount and final contract value; (h) Summary of contract work. Summary of Major Functional Areas: (a) Bulk & Retail Mobility Fue l Supply Point (POL): Bulk Mobility Fuel Supply Point (BMFSP) and Retail Mobility Fuel Supply Point (RMFSP) provides Supply Class III (Bulk Petroleum, Oil and Lubricants) products to authorized customers at the Installation as well as the preposition flee t maintained by the contractor. In addition, during the course of Reception, Staging, Onward Movement and Integration (RSOI) and Regeneration phases fuel points are established as required to provide refuel support to rotational training units. (b) Ammunition Supply Point (ASP): The ASP provides Supply Class V conventional ammunition supply support, i.e., ammunition and explosives (A&E), for authorized ASP customers. The principal contracted functions of the ASP are receipt, storage, and issue of ammunition, ammunition components, and ammunition related materiel. Support functions include, but are not limited to: ammunition visual inspection and certification; warehousing; ammunition and non-ammunition materiel salvage; receipt of user turn- in; packaging A&E for shipment; training of Contractor ammunition personnel; ammunition safety during A&E operations, ASP entry control, support Explosive Ordnance Disposal (EOD) activities, and ASP fire fighting plan and fire prevention. (c) Direct Supply Support Activity (DSSA): The DSSA provides Class IX and customer assistance supply support to selected Modified Table of Organization and Equipment (MTOE) units, Table of Distribution and Allowances (TDA) activities, Base Operations Con tractor organizational maintenance shops permanently assigned at Fort Irwin and to all rotational brigades deployed to the NTC for live fire and force-on-force training. The Contractor shall use STAMIS, SARSS-1 to request, receive, store, inventory, turn- in, issue, and ship supplies and material from/to the wholesale supply system. The DSSA shall provide Stock Control, Receiving and Customer Support Assistance, Turn-In, Storage, Location Survey, Inventory, and Causative Research services. (d) Army Oil Analysis Program (AOAP): Program which provides specific information on types and amounts of contaminants present in engine and automatic transmission oils (water, antifreeze, dirt, and trace metals). AOAP function is critical to the mainte nance and operations of the preposition fleet and EAB that supports rotational unit training. (e) Army War Reserve Pre-Positioned Sets (AWRPS) Brigade Equipment & Support. The Department of Defense maintains stocks of supplies and equipment, called war reserves, to support military units during a war or mobilization. War reserves are also pre-po sitioned in an area where they can be accessed quickly. War reserves stored within the continental United States are distributed as needed by truck, train, airlift or sealift. The Contractor shall plan, develop and implement a maintenance program to supp ort AWRPS Brigade equipment. (f) Echelon Above Brigade (EAB): Provide logistic functions and mission support to Brigade Combat Teams (BCT) at the National Training Center, in accordance with the BCT logistical support plan. This mission includes, but is not limited to, Transportati on Operations, Organic Field Maintenance Operations, Supply and Services Operations and Forward Ammunition Supply Point (FASP). It includes field services support (movement of supplies and materials to the Forward Operating Bases) via execution of Combat Logistics Patrol (CLP) operatives. This function should closely mirror the layout of an Army Combat Service Support Battalion (CSSB) organization. (g) Operations Group Equipment and Support: Provide Army Standard Organizational Maintenance and Emergency Drive-in Repair Service. 6. Additional comments on your firms capabilities that relate directly to this effort. 7. This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. All information received will be protected and safeguarded as ACQ UISITION/SOURCE SELECTION SENSITIVE in accordance with FAR Part 3.104, Procurement Integrity. If you have any further questions, please do not hesitate to contact the Contracting Officer at raineye.holmes@samhouston.army.mil or Contract Specialist cristin a.chial@samhouston.army.mil.
 
Record
SN01197516-W 20061217/061215222807 (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.