Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

M -- Fort Greely Alaska (FGA) Base Operations Support (BOS)

Notice Date
4/3/2009
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-09-R-0001
 
Response Due
4/15/2009
 
Archive Date
6/14/2009
 
Point of Contact
Kathleen B. O'Connell, (719) 554-1964<br />
 
Small Business Set-Aside
8a Competitive
 
Description
1. The US Army Space and Missile Defense Command (USASMDC)/Army Strategic Command (ARSTRAT) intends to solicit and award a competitive 8(a) award to a single source through a hybrid firm-fixed price (FFP) type contract with Time-and-Materials and Cost Reimbursement CLINs for Fort Greely Alaska (FGA) Base Operations Support (BOS). The Cost Reimbursement CLIN will be available for other supplies, training and travel requirements. The RFP will be requesting the offerors bid known supplies, training and travel as part of their proposed costs, so this CLIN will only be used on a limited basis. This procurement is a follow-on to the current sole source 8(a) award CPFF IDIQ contract for the FGA BOS which expires on September 30, 2009. The contract will support Fort Greely Alaska Garrison and agencies which collaborate with them on base support and missions in support of the warfighter. USASMDC/ARSTRAT anticipates that one contract will be competitively awarded as a result of this 100% 8(a) set-aside. The resultant contract will have the capacity to provide base operation support to FGA and their tenants and shall support the Performance Work Statement (PWS) requirements, which include, but are not limited to: MDA Lodging and Housekeeping, Fire Alarm Maintenance, Custodial, Indoor and Outdoor Pest Control, Access Control Services for MDC, Environmental, Engineering, Refuse Removal Transport and Disposal, MDA Facilities Maintenance, and Visitors Center. Offerors will not bid on the draft PWS at this time. PWS Chapters 15 30 services are slated to be in-sourced with Department of Army Civilians. If transition plan is delayed, the Contractor may be requested to provide these services to be determined. The Contractor will not provide costs for these transition services in the final solicitation. These chapters are merely for scope purposes, should the services be necessary. The transition services are: Automation and Network Support, Human Resources Support, Food Services, Logistic Support, Centralized Dispatch, Resource Management Administrative and Analyst, Single Soldier Housing (SSH) Support, Safety Operations Support, Snow Removal, Grounds Maintenance, Allen Army Airfield Operations and Services, Facilities Support/Service Order Repair (Garrison), Religious Support, Garrison Protocol Support, Strategic Planning Support, and Directorate of Public Works Business Operations. When posted, the draft PWS, draft solicitation, applicable attachments and exhibits, and other historical FGA BOS documents and related information will be posted to Army Single Face to Industry (ASFI). An initial round of one-on-one meetings were held with industry on February 3 and 4, 2009. These one-on-one meetings were held as a market research mechanism to help determine best commercial practices, to maximize competition, and achievement of cost efficiencies in the acquisition process. Questions and answers related to the one-on-one sessions and the draft PWS were not posted or released; however, recommendations that the Government considered relevant were incorporated into the solicitation. A draft solicitation and associated supporting documents will be posted to FedBizOps in a follow-on notice. At that time industry will be provided the opportunity to review the draft documents and specific instructions for providing comments/feedback. The final RFP will be posted to the ASFI after consideration and incorporation of relevant feedback/comments. All interested parties are encouraged to regularly monitor the website for all pertinent acquisition information ASFI will be the only official means for FGA BOS information dissemination. The NAICS Code for this solicitation is 561210 and the small business size standard $35.5M. The resultant contract will establish a basic and six one-year ordering periods starting on September 30, 2009 and ending on September 30, 2016. 2. Draft solicitation W91260-09-R-0001 is posted, with attachments, for industry review. Interested offerors are encouraged to provide comments and/or recommendations about the draft solicitation and attachments. All documents are drafts and may not be complete. The CDRLs, DD254, and Government Property Appendices are not included at this time. However, as documents are refined, they will be posted via amendment. Included in the attachments is a draft PWS Question and Answer document. Also, an amendment will be forthcoming with the redacted current contract and contract modifications. Please send comments and/or recommendations by email to both James McLaughlin, Contract Specialist at james.mclaughlin@smdc-cs.army.mil, and Kathleen B. OConnell, Contracting Officer, at kathleen.oconnell@smdc-cs.army.mil not later than 4:30 PM Mountain Daylight Savings Time, on Wednesday, April 15, 2009. Questions/comments/recommendations will not be addressed by telephone, nor will the Government entertain any requests for one-on-one meetings regarding this acquisition. 3. The Government anticipates release of the final solicitation on or about Monday, May 4, 2009. 4. Questions may be addressed to the following: Kathleen B. OConnell, Contracting Officer, 719-554-1964, kathleen.oconnell@smdc-cs.army.mil; and James McLaughlin, Contract Specialist, 719-554-1963, james.mclaughlin@smdc-cs.army.mil. When the formal solicitation is issued, all communications shall only be directed to the Contracting Officer and/or the Contract Specialist as well. Contracting Office Address: U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914 Place of Performance: Garrison Fort Greely Alaska 99731 US Point of Contact(s): OConnell, 719-554-1964 McLaughlin, 719-554-1963
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=823041620b701bd52a56b23620217ae3&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01784858-W 20090405/090403215831-97b68b7ff73f3bfbb62d75777ee61b0b (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.