Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

J -- AFGHANISTAN - TECHNICAL EQUIPMENT MAINTENANCE PROGRAM

Notice Date
6/3/2010
 
Notice Type
Presolicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J10C0098
 
Response Due
6/18/2010
 
Archive Date
8/17/2010
 
Point of Contact
Mariellen Crosson, 309-782-5405
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(mariellen.crosson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation Synopsis for the US Army Contracting Command, Rock Island Contracting Center for solicitation W52P1J-10-R-0098, which serves as notification to industry of the procurement of Afghanistan Technical Equipment Maintenance Program (A-TEMP). The United States Forces Afghanistan (USF-A) has recurring requirements to provide apprenticeship training, equipment maintenance and supply chain management support to transition the Afghanistan National Security Forces (ANSF) to a self-sustained operation. The ANSF owns and operates an expanding fleet of equipment currently equating to approximately 45,000 pieces of equipment which will expand over the next five (5) years to a fleet size of 75,000. The ANSF fleet includes the Ministry of Defense (MOD) and Ministry of Interior (MOI) support equipment. The MOD fleet includes Afghanistan National Army (ANA) and MOD support equipment. This MOD/ANA fleet size for the base year of this contract shall be approximately 25,000. The fleet shall be supported at eight (8) contract maintenance locations and by the Afghanistan National Army soldiers supported by up to 23 contract advisory mentor teams. The MOI/ANP fleet includes Afghanistan National Police (ANP) and other MOI support equipment. The MOI/ANP fleet size for the base year of this contract shall be approximately 20,000. The MOI/ANP fleet shall be supported at twenty one (21) contract maintenance locations and one (1) Central Maintenance and Supply facility. The ANSF equipment is normally operated from fixed locations but as operations dictate, the equipments maybe operated in austere and remote locations. It is the Governments intent to utilize Best Value Criteria which is expected to result in the award of up to three (3) Firm-Fixed Price (FFP) (with Cost Reimbursable CLINs for spare parts, Defense Base Act (DBA) insurance, and overtime, ancillary to services provided), basic contracts on a three - way split with the best overall value award for the ANP effort, the next best overall value for the ANA effort and the third best overall value for the training effort. The Government reserves its right to award to less than 3 awardees which includes awarding 100% of the requirements to one offeror only if it has been determined to be in the best interest to the Government. A one year base award and four evaluated one year options will support the FY 10 FY15 planned requirements. The anticipated date for solicitation issuance is on/about 01 Jul 2010. The NAICS code for this procurement is 811111 Automotive Mechanical and Electrical Repair and Maintenance. This is not a request for offers. THE SOLICITATION WILL BE ISSUED ON THE WEB VIA FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) and Joint Contracting Command System (JCCS). NO PAPER COPIES OF THE SOLICITATION OR AMENDMENTS WILL BE ISSUED. No public announcement of any amendments will be made. Vendors are advised to periodically check the web page for new amendments or other updates. Any changes to the solicitation will be posted only to the website. Contractors are required to be registered in the Central the Central Contractor Registration (CCR) prior to award of any resultant contract. The Internet site for registering in the CCR is http://www.ccr.gov/. You may also contact the CCR Registration Assistance Center at 1-888-227-2423, customer service, and request the registration form and assistance packet for completion. Inquiries/questions concerning this pre-solicitation notice may be emailed to Mariellen Crosson at mariellen.crosson@us.army.mil and Cheryl Nielsen at Cheryl.nielsen@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a0e01f778ea1b3225565ef80bc9caa1)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02167238-W 20100605/100603234952-9a0e01f778ea1b3225565ef80bc9caa1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.