Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SOURCES SOUGHT

M -- DOL and DPW support services at Fort Eustis and Fort Story, Virginia

Notice Date
1/27/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, General Support Division, ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-09-R-DPWL
 
Response Due
2/17/2009
 
Archive Date
4/18/2009
 
Point of Contact
Barbara Blair, 757-878-3166<br />
 
Small Business Set-Aside
N/A
 
Description
Small Business Sources Sought: This is a sources sought announcement seeking only seeking small business responses in order to determine small business participation in the acquisition. The Mission and Installation Contracting Command intends to procure Directorate of Logistics (DOL) Support Services for Forts Eustis and Story, VA. This may be awarded as a Cost-Plus-Award-Fee type contract for the accomplishment of the Installation Logistical Support Services of the Directorate of Logistics, Fort Eustis, VA. The type of solicitation to issue will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Cost-Plus-Award-Fee type contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The period of performance includes a sixty (60) day phase-in period, base period of ten (10) months and four twelve (12)-month option periods. Army publications can be obtained: http://www.army.mil/usapa/epubs/5_Series_Collection_1.html SCOPE. The contractor shall provide all resources necessary to manage and perform the Supply, Transportation and Maintenance functions assigned to the DOL as prescribed in this contract and as specified in AR 5-9. The contractor shall provide support for the units and activities. The contractor shall perform repairs and maintenance services on location at remote sites of other customer organizations and Field Training Exercise (FTX) site locations. The Government may have need of other base operation support functions not currently specified in the contract, but within the general scope of the contract. The potential areas of base support operations that may be called for are those outlined in AR 5-3, Installation Management and Organization, consistent with the requirements of AR 5-20, Commercial Activities Program, when the latter reference applies. Any such additional support functions will be added at the Governments discretion pursuant to the applicable FAR Clause. Mission Support Area. The contractor shall provide the services in the following geographical support areas: The Virginia counties of Gloucester, James City, York, Middlesex, Mathews, South Hampton, and Isle of Wight, and the closed cities of Hampton, Newport News, Norfolk, Portsmouth, Chesapeake, Suffolk, and Virginia Beach, and as specified in AR 5-9. SUPPLY SUPPORT. The contractor shall manage a Supply Support Activity (SSA), a Consolidated Property Account, a Class I (Subsistence) Management Account, an Ammunition Supply Point (ASP), an Arms Room, a Central Issue Facility (CIF), and Laundry Distribution Point Operations at Fort Eustis, Virginia. Satellite installation supply areas of responsibility consist of a CIF Annex and CRP located at Fort Story, Virginia. Supply support includes the requisition, receipt, storage, shipment, issue, sale, and disposition of all classes of supply except medical and supplies for the Engineer Repair and Utility (RU) facility. The contractor shall employ the Standard Army Retail Supply System (SARSS), Automated Central Issue Facility System (ACIFS), Standard Army Ammunition System Ammunition Supply Point (SAAS-ASP), Defense Property Accountability System (DPAS), Unique Item Tracking (UIT), Distribution Execution System (DES), Defense Fuel Automated Management System (DFAMS), and the Fuels Automated System (FAS) in the performance of supply functions. TRANSPORTATION SUPPORT. The contractor shall manage and perform all transportation functions involved in the movement of personnel or cargo. This includes, but is not limited to, planning, supervising, and coordinating transportation services for passenger travel, port call, personal property, and materiel movements. The contractor shall perform Rail and Transportation Motor Pool (TMP) vehicle operations functions. MAINTENANCE SUPPORT. The contractor shall perform Aviation Intermediate Maintenance (AVIM), Aviation Unit Maintenance (AVUM), and Intermediate Direct and Intermediate General Support Maintenance on equipment owned and used by the US Army and other US Government agencies. The equipment maintenance mission assignment for USATC is contained in AR 750-1 which includes, but is not limited to: marine, aircraft, photographic, automotive, avionics, armament, chemical, audio visual, construction, electronic and communication equipment to include Communication Security (COMSEC) equipment, Materiel Handling Equipment (MHE), small arms and weapons, clothing textiles, canvas and webbing, office machines, office equipment, museum display items, training aids and devices, recreational equipment, and musical instruments. ADP SYSTEMS MANAGEMENT SUPPORT. The contractor shall monitor and provide interface with the following ADP Systems: Central Issue Facility - Installation Support Module (CIF-ISM), Fleet Management Information System (FMIS), Transportation Coordinator Automated Command and Control Information System (TCACCIS), Global Freight Management (GFM) System, Powertrack System, Electronic Account Government Ledger System (EAGLS), Transportation Coordinators - Automated Information for Movement System II (TC-AIMS II), Global Air Transportation Execution System (GATES), Transportation Operational Personal Property Standard System (TOPS), Unique Item Tracking (UIT), Department of Defense Radiation Testing and Tracking System (DODRATTS), Distribution Execution System (DES), and Unit Level Logistics System (ULLS). The contractor shall use the Integrated Logistics Analysis Program (ILAP). The contractor shall manage the following ADP Systems: Standard Army Retail Supply System (SARSS), Standard Army Maintenance System - Installation/TDA (SAMS-I/TDA), Training Ammunition Management Information System (TAMIS), Executive Management Information System (EMIS), Defense Property Accountability System (DPAS), Standard Army Ammunition System Ammunition Supply Point (SAAS-ASP), Defense Fuel Automated Management System (DFAMS) and the Fuel Master (FM). The contractor shall perform daily Systems Administrator duties for SAMS-I/TDA, SARSS, TOPS and other logistics systems listed above. The contractor shall troubleshoot ADP systems, identify hardware/software requirements, and develop solutions and work arounds (when necessary) for automation problems. The contractor shall develop Engineering Change Proposals and submit to the government for approval. The contractor shall sustain, operate, and administer a number of standard and non-standard, local unique, and proponent agency logistics management information systems, and associated logistics and administrative support automated information systems in support of requirements. The government will maintain Standard Army Management Information Systems (STAMIS). The contractor shall coordinate with the government unless specifically or otherwise stated in this contract to ensure the latest available software version of STAMIS is installed on contractor operated systems. The contractor shall provide recommendations to the government on ways to improve or streamline data communications and mission effectiveness. The designated NAICS Code is (561210) Facilities Support Services. Size Standard is $35.5 million. Your response will be limited to 25 pages and shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), revenue for last three years, relevant past performance on same/similar work for not more than three years and your companys capability to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to MICC by COB (17 Feb 09), ATTN: Brian Cosgriff, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538 or e-mailed to (brian.cosgriff@us.army.mil) Any questions shall be directed to (Sharon Morrow) at (sharon.r.morrow@us.army.mil). No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2e69fa06265827e597c4e815259e4bc&tab=core&_cview=1)
 
Place of Performance
Address: ACA, NRCC, General Support Division Building 2798, Fort Eustis VA<br />
Zip Code: 23604-5538<br />
 
Record
SN01738750-W 20090129/090127215734-f2e69fa06265827e597c4e815259e4bc (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.