Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

R -- Services Multiple Award Task Order Contract (MATOC) within the U.S. Central Command (CENTCOM) Area of Responsibility (AOR)

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER11R0074
 
Response Due
3/25/2011
 
Archive Date
5/24/2011
 
Point of Contact
Kathy Perry, 540-665-4084
 
E-Mail Address
USACE Middle East District
(kathy.j.perry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION THIS IS *NOT* A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE. This announcement is a Request for Information (RFI) only. The United States Army Corps of Engineers (USACE), Middle District (MED) is seeking preliminary marketing information from capable and reliable sources. MED is contemplating the award of a Multiple Award Task Order Contract (MATOC), with both Fixed Price and Cost Reimbursable Task Orders and a maximum capacity of $450M over 3 years, to provide the capability for the following services within the U.S. Central Command (CENTCOM) Area of Responsibility (AOR): --Facilities Management Services (which may include, but are not limited to: Operations and Maintenance Services, Maintenance & Repair Services, and Unspecified Minor Military Construction incidental to the provision of other services) --Advisory and Assistance Services --Consulting Services --Transportation Services --Logistics Services --Inspection services --Life Support Services (typical services include, but are not limited to: Housekeeping (janitorial), Food Service, etc.) USACE looks for industry to provide conclusive business case results for the listed items below, as well as other requests defined in the RFI. Respondents should provide a Statement of Capabilities, which should include, as a minimum: (1) identification of resources available to successfully perform the various services as outlined above, (2) a list stating which of the services above have been provided to the Government by your firm; (3) estimated fully-burdened labor rates (less any hazardous duty or differential uplifts) for the following positions: Program/Country Manager, Project Manager, Quality Control Manager, Safety Manager, and Government Contract Administrator; and (4) if applicable, a list of contracts with current references who can provide past performance information relative to delivery schedule, quality of services provided, etc. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. USACE will use the information for technical and acquisition planning. It is recognized that cost information provided by the contractor is a preliminary estimate for planning purposes; the contractor will not be bound to these estimates. Subsequent acquisitions may follow in a way that will best meet USACE needs. The Government invites comments related to possible purchase or acquisition strategies. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. It is not the intent of USACE to reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. Information submitted to MED in response to this RFI will be treated as strictly proprietary unless otherwise indicated. Information submitted in response to this Request for Information will be used for MED business development activities. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. No solicitation exists; therefore, do not request a copy of the solicitation. Questions may be directed to the contacts listed in the paragraph below. Interested parties shall address the requirements of this RFI in written format as described in the previous paragraphs by electronic mail to: jean.l.birdsell@usace.army.mil or kathy.j.perry@usace.army.mil, no later than 11:00 a.m. Eastern Time on March 25, 2010. Respondents must demonstrate knowledge and expertise in providing a wide array of services to the Government in an OCONUS theater, with emphasis on the CENTCOM AOR. In addition to the statement of the offeror's capabilities listed above, please provide answers to the following questions. Reference question number with each response as follows: 1. Company name, company mailing address, point of contact, telephone number, facsimile number, e-mail address, Commercial and Government Entity (CAGE) Code, Dun & Bradstreet (DUNS) Number, and size of your organization (i.e. Large Business, Small Business) you are using as the basis for your response. 2. Provide a limited discussion of the company's ability to offer experienced, trained and certified personnel capable of supporting this effort. 3. Provide detailed information on three (3) contracts for similar work within the past three (3) years. Include complete references, contract titles, and dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. 4. How many people does your company employ? 5. Will you need to hire additional personnel to perform this effort? 6. Has your company's cost accounting system been reviewed by DCAA or approved by a cognizant contract officer (e.g., DCMA)? If so, what is the date the last accounting system review was completed? If not, how would your company financially administer a cost-reimbursement type contract? 7. How long has your company worked within the CENTCOM area? 8. Is your company a foreign-owned/foreign-controlled firm and/or do you contemplate the use of foreign national employees on this effort? 9. Within which countries in CENTCOM does your company have habitual relationships? Responses must reference the sources sought, and contain the respondent's commercial and government entity (CAGE) code. Contracting Office Address: US Army Corps of Engineers - Middle East District P.O. Box 2250, Winchester, VA 22604-1450 Pont of Contact: Lana Birdsell, Contract Specialist Comm: (540) 665-2617 Jean.l.birdsell@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER11R0074/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02387735-W 20110227/110225234225-f59d659050edd667c9da286fdea66df8 (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.