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
MODIFICATION

99 -- 99--Enhanced Army Global Logistics Enterprise (EAGLE) Sources Sought Announcement #5A

Notice Date
2/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-10-R-XXXX
 
Response Due
12/31/2012
 
Archive Date
3/1/2013
 
Point of Contact
Troy Robbins, 309-782-0264
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(troy.robbins@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS SUPERCEDES THE ANNOUNCEMENT ON FEBRUARY 16, 2011. CHANGES ARE INCORPORATED WITHIN. THE RESPONSE DATE HAS BEEN MOVED TO MARCH 11, 2011. TO VIEW THE VERSION WITH TRACKED CHANGES GO TO THE EAGLE WEBSITE AT http://www.aschq.army.mil/ac/aaisdus/EAGLE.aspx. Solicitation Number: Notice Type Sources Sought Synopsis: 1. Information is being collected for market research purposes and not as a request for proposal or as an obligation on part of the Government. The Government does not intend to award a contract on the basis of this market research and will not pay for information solicited. The purpose of this notification is to identify parties that may have interest and capability to respond to and comply with the Army's future logistics requirements as part of the emerging Enhanced Army Global Logistics Enterprise (EAGLE) contract. Comments and questions are strictly voluntary and incorporation of comments into any future document will be at the discretion of the Contracting Officer. Any information or ideas submitted to the Government may be used in formulating its acquisition strategy and any resulting solicitation. Therefore permission to use the information for purposes of developing the acquisition strategy is inherently granted with the submission. Proprietary data should not be submitted. 2. Contract Information: The US Army Sustainment Command (ASC) assumed responsibility for operational control (OPCON) of Directorates of Logistics (DOL) supply, maintenance, transportation support, and selected ammunition supply functions within the continental U.S., Alaska, Hawaii, and Puerto Rico, on Oct. 1, 2010. In an effort to fulfill this responsibility we are conducting market research to evaluate the ability of businesses to become PRIME contractors in support of the EAGLE contract effort. The functional areas that are covered in this effort are Materiel Maintenance (maintenance), Retail/Wholesale Supply (supply), and Transportation Support (transportation). These services will be solicited using the NAICS code 561210, Facilities Support Services. A stand-alone Plans and Operations functional area will not be included in the proposed EAGLE contract. In the past many installations placed separate contracts for maintenance, supply, and transportation support services. The acquisition strategy currently under consideration by ASC, intends to centralize functional responsibility, eliminate redundancy, and maximize efficiency by combining these three functions under one contract. In other words, a single contractor at each DOL installation will be responsible for providing all required maintenance, supply, and transportation support services. The installations that have requirements other than those covered under the DOL, may or may not have one single contractor performing this work. For example, the successful contractor for the Detroit Arsenal DOL, may or may not be the same contractor performing the other potential requirements at Warren, MI. This is the fifth sources sought notice for the EAGLE contract. Past sources sought notices did not clearly articulate this intention. We are seeking to ascertain industry's interest and capability in providing services at specific installations using this concept. We are particularly interested in the capability and capacity of small businesses to perform as prime contractors providing services in all three functional areas. This information will be used to determine if a portion of the total requirement is suitable for a small business set-aside. We are also considering a provision that would require large businesses submitting proposals for some requirements to team with a small business in order to be eligible for award. This requirement would be in addition to and separate from any small business setaside suite that may be identified. The requirements that would be subject to this provision and the percentage of the resulting task order subject to the teaming arrangement will be identified in the RFP but are not known at this time. A description of the teaming arrangement contemplated will be required as part of the proposal when submitted and evidence of a contractual relationship with the small business partner will be required at time of award or shortly thereafter. The functional area details are as follows: a. Material Maintenance (NAICS Code 811118*): Examples of types of work are - Installation Materiel Maintenance Activity Operations, Installation Modification Work Order and Warranty program coordination, Equipment Condition Classification, Base Operation Equipment Maintenance (i.e. construction equipment, emergency equipment, etc...)Tactical Equipment Maintenance (i.e. missile, armament, combat platforms, ground support equip), Corrosion Protection Programs, Test, Measurement and Diagnostic Equipment (TMDE) program, and use of applicable Standard Army Management Information Systems (STAMIS)/Army Information Systems (AIS). b. Retail/Wholesale Supply (NAICS Code 493190*): Examples of types of work are - Supply Support Activity Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Central Issue Facility Operations, Individual Chemical Equipment Management Program (ICEMP), Property Accountability, Ammunition Supply Operations and Ammunition Supply Point (ASP) Management, Installation Property Book and Equipment Management, Fuel Support (CL III Bulk), Central Receiving Point, and use of applicable Standard Army Management Information Systems (STAMIS)/Army Information Systems (AIS). c. Transportation Support (NAICS Code 488999*): Examples of types of work are - Central Travel Office, Non-tactical Equipment Management, License Equipment Operators, Railroad Operations, Household Goods Operations, Personnel & Cargo movement (Shipping and Receiving Point), Local Drayage Operations, Movement planning and Transportation Motor Pool Operations, Unit movement planning, Arrival and Departure Control Group (ADG), Installation Transportation Office, and use of applicable Standard Army Management Information Systems (STAMIS)/Army Information Systems (AIS). *Individual industry NAICS codes are identified as references only. As contemplated, the EAGLE contract will be solicited under the Facilities Support Services NAICS Code 561210. 3. Response Requirements: We are requesting responses in two formats. a. The first is an attached spreadsheet that is intended to gather information about your current and recent past experience as well as your interest in future requirements. While the acquisition strategy under consideration DOES require prime contractors to be able to provide services covering all three functional areas, it DOES NOT require that you accept a contract/task order at every potential location. Therefore, we have estimated the make-up and magnitude of the services required at each installation to enable you to determine your specific areas of interest and demonstrate your capability. Our estimate by installation appears in Column I of the spreadsheet. It consists of an estimate of the predominant functional area required in terms of a percentage of the total requirement. The second part of the estimate consists of an estimate of whether the total dollar value of a combined contract/task order at each installation falls in a range of ?$1M, >$1M?$5M, >$5M?$11M, >$11M?$50M, or >$50M. For example Column I addressing Ft. Polk reads 50-74% (M) and >$50M. This indicates that the predominant functional area is maintenance and that it is estimated that 50 to 74 percent of the total contract at Ft. Polk will consist of maintenance services. The remaining 26-50 percent is attributable to supply and transportation services required. The total estimated dollar value of all three functional areas is greater than $50 million. Columns L and M are provided to indicate teaming potential. This spreadsheet may not exceed seven pages when complete. b. The second part of the requested response is a narrative explaining your understanding of the integrated nature of the requirement, addressing your estimated total capacity under the EAGLE contract, and providing information regarding your interest in formal teaming arrangements. In other words, even though you have interest and demonstrate the capability to perform at 20 different installations, you may not have the capacity to perform at all twenty simultaneously. State your capacity in terms of the number of installations you can manage simultaneously and total annual dollar value. If you have no past experience at the listed installations, please address other relevant experience that supports your ability to perform under the proposed EAGLE contract. If the current or past experience entered on the spreadsheet indicates a capacity that is less than the estimated total capacity in your narrative response, include an explanation to describe how you intend to increase your company's total capacity. If your company's capability does not include all three functional areas, by NAICS code, an explanation of how you will provide that functional capability is also required if you intend to participate as a prime contractor. You may also use this narrative to address any necessary caveats to the spreadsheet described above. Your narrative is limited to six pages using Aerial 10 Font, single spacing, on a page size of 8 1/2" x 11". If your response does not follow the required format or exceeds maximum allowable page count it will not be considered. 4. After you have completed the spreadsheet and the narrative described above, please submit both to the EAGLE mailbox at ROCK-EAGLE@conus.army.mil. Your response needs to be received no later than 1600 hours Central Time on 11 March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3543b539b23c697acfb26d7002a0dcb9)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02388497-W 20110227/110225234842-3543b539b23c697acfb26d7002a0dcb9 (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.