Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

42 -- The Pre-positioned Equipment Program (PEP)for U.S. Marine Corps (USMC) Chemical, Biological, Radiological, and Nuclear (CBRN) Defense Systems.

Notice Date
8/13/2008
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY08R0026
 
Response Due
10/15/2008
 
Archive Date
12/14/2008
 
Point of Contact
stephen abate, 508-233-4018<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Homeland Security has launched the Pre-positioned Equipment Program (PEP). PEP consists of standardized equipment Pods that are located in designated geographic areas to permit rapid deployment of equipment and personnel to incidents involving the use of weapons of mass destruction (WMD). In eight (8) planned locations Nationwide, commercial off the shelf equipment items will be stored in pods, transportable by land or air within 1 to 12 hours after help is requested. This equipment is specially tailored to sustain and reconstitute the capabilities of Federal, State and local first responders to react to WMD events. Through formal request and deployment procedures, the Federal Government will transfer PEP pods to specifically designated officials. A total of eight (8) operational PEP sites have been established, along with one (1) Special Events Pod (SEP). Strategically placed throughout the country, these equipment pods will be available to respond to an incident in any major population center across the continental U.S. within 12 hours. The FEMA plan provides for immediate ground or air transportation of the first pod, including a team of support staff. If circumstances warrant an even greater level of support, FEMA may dispatch additional, fully-equipped pods to the site, either by ground or air. It is anticipated that the Government will award a single contract with a base and four option years, that will contain firm-fixed price and time and material line items. This is a best value acquisition; therefore Offerors are cautioned that award may not necessarily be made to the lowest-priced Offeror. To be eligible for award, all Offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://ccr.edi.disa.mil. Once issued, the RFP may be viewed on the U.S. Army RDECOM Acquisition Center Natick Contracting Division webpage at https://www3.natick.army.mil. Questions concerning this synopsis shall be directed to Stephen S. Abate, Contract Specialist, at Stephen.Abate@us.army.mil All proposals must be received (Facsimile proposals will not be accepted) via mail and e-mail no later than October 15, 2008 at 12:00p.m (EST). The mailing address is: U.S. Army RDECOM Acquisition Center, Natick Contracting Division, Attn: AMSRD-ACC-NS (Stephen S. Abate), Bldg. 1, Kansas St, Natick, MA 01760-5011.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f083684bd13ddc66f87d4191ff7c4f80&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01638875-W 20080815/080813222449-f083684bd13ddc66f87d4191ff7c4f80 (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.