Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

R -- Enhanced Army Global Logistics Enterprise (EAGLE) global logistics services requirements

Notice Date
11/22/2011
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-R-2000
 
Response Due
1/12/2012
 
Archive Date
3/12/2012
 
Point of Contact
Michael De Bisschop, 3097828018
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(michael.l.debisschop.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
In accordance with FAR 15.202 - Multi-Step Process, the following information is provided for requesting capabilities and experience for the execution of multiple Basic Ordering Agreements for EAGLE requirements: All contractor submissions must be e-mailed to USARMY.RIA.ACC.MBX.EAGLE@mail.mil NLT 1600 CST, 12 January 2012. Any questions regarding this request should also be submitted to this e-mail address. This notice is also being posted to the EAGLE website: http://www.aschq.army.mil/ac/aaisdus/EAGLE.aspx. Although this is a voluntary step, all contractors are strongly encouraged to submit the requested information. BOA Step 1 Scope Functional Areas 1. EAGLE Scope. The US Army Materiel Enterprise has a requirement for full-service prime contractors to provide an integrated approach for global logistics services in support of missions such as, but not limited to; Directorates of Logistics (DOL) installations; Army Prepositioned Stocks (APS); Theater Provided Equipment (TPE); In-Theater Maintenance; Left Behind Equipment (LBE); Pre-Deployment Training Equipment (PDTE); New Equipment Training (NET); New Equipment Fielding (NEF); and Reset within the United States and OCONUS locations. The objective of the acquisition is to provide global logistics services, primarily Materiel Maintenance Services, Retail/Wholesale Supply Services, and Transportation Support Services, that meet the Army's logistics mission needs in the most efficient and cost-effective manner. The EAGLE requirements do not include plans/operations as a separate requirement, laundry/dry cleaning, dining facilities, or aviation maintenance. In the past, many installations placed separate contracts for maintenance, supply, and transportation support services. The EAGLE acquisition strategy centralizes functional responsibility, eliminates redundancy, and maximizes efficiency by combining these three EAGLE functions into one requirement. In other words, when installation level logistics are solicited as an EAGLE requirement, award will result in a single logistics provider prime contractor responsible for all identified maintenance, supply, and transportation support services. The installations that have logistic requirements other than those within the three EAGLE functional areas may or may not have one single logistics provider performing this work. For example, the successful maintenance, supply and transportation support prime contractor for the Detroit Arsenal DOL, may or may not be the same contractor performing other potential requirements at Warren, MI. 1.1 EAGLE Functional Areas. The EAGLE functional requirements involve field level logistics and sustainment. Examples include but are not limited to the following: 1.1.1. Material Maintenance (North American Industrial Classification System (NAICS) Code 811118*): Examples of types of requirements are, but not limited to; 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. armament, combat platforms, ground support equipment), Corrosion Protection Programs, Test, Measurement and Diagnostic Equipment (TMDE) program, and use of applicable Standard Army Management Information Systems (STAMIS)/Army Information Systems (AIS). 1.1.2. Retail/Wholesale Supply (NAICS Code 493190*): Examples of types of requirements are, but not limited to; 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). 1.1.3. Transportation Support (NAICS Code 488999*): Examples of types of requirements 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 NAICS Code 561210, Facilities Support Services. BOA Step 1 Submission Instructions 1.0 Format for Submissions Potential Offerors for the EAGLE acquisition are requested to provide the information outlined below. Information beyond that requested is neither desired, nor will it be considered in the viability determination. All page limitations are based on single sided pages, 8 X 11 inch paper, single spaced, Arial or Times New Roman typeface no smaller than 12-point (smaller fonts are acceptable for graphics, figures, tables, footnotes and legends), 1" margins. Costly, complex presentations are neither required nor desired. 1.1 Content Requirements All submissions must include the information described in Sections 1.1.1 through 1.1.6 below. The submission must be sufficient to allow the government to assess the potential of your company as a viable competitor in the EAGLE acquisition and award of an EAGLE BOA. 1.1.1 Understanding of the requirement to provide maintenance, supply, and transportation support services. Provide a 2 page narrative description of your company's understanding of the EAGLE functional areas that involve maintenance, supply, and transportation support services necessary to meet EAGLE global logistics services requirements. 1.1.2 Understanding of the Single Logistics Provider concept for installation based logistics services. Provide a 1 page capability statement of how your company will use its capabilities and resources to execute an integrated approach of the EAGLE single logistics provider concept as a full service, prime contractor. Identify any shortfalls or risks that could impact your company's ability to meet the EAGLE requirements for a full service prime contractor providing an integrated approach for maintenance, supply, and transportation support services. 1.1.3 Teaming concept to meet any single logistics provider capability shortfall (submit this section only if your company is unable to provide maintenance, supply, and transportation support services in an integrated approach as a single company/full-service prime contractor). Provide a 1 page explanation of your company's approach for providing the EAGLE services requirement using teaming, joint ventures, subcontractors, etc., in a manner that clearly identifies how full capability for all three EAGLE functional areas is planned. Formal joint ventures should also be outlined in this section. 1.1.4 Customers-Army, US Government departments and agencies, commercial, foreign government, and coalition partners. Provide a 1 page explanation of the types of customers your company and any team members, joint venture participants, subcontractors etc., has provided similar services as those required in the EAGLE acquisition. 1.1.5 Tactical/commercial equipment (mission/quantity), and mission experience (APS/LBE/PDTE/CIF/SSA/NEF/NET*, others as applicable) Provide a 2 page explanation that identifies the types of equipment/materiel/missions your company and any team members, joint venture participants, subcontractors, etc., has experience in providing similar services to those included in the EAGLE functional requirements. Include some measurement as to the magnitude of the services performed, i.e., provide sufficient information demonstrating the scope of experience is similar to those required in the EAGLE acquisition. 1.1.6- Standard Army Management Information Systems (STAMIS)/Automated Information Systems (AIS) operation supporting maintenance, supply, and transportation support services. Provide a 1 page explanation that briefly identifies the types of STAMIS/AIS operations your company and any team members, joint venture participants, subcontractors, etc., has provided during delivery of similar contract services to those required in the EAGLE acquisition. * Definitions: APS - Army Prepositioned Stocks LBE - Left Behind Equipment PDTE - Pre-Deployment Training Equipment CIF - Central Issue Facility SSA - Supply Support Activity NEF - New Equipment Fielding NET - New Equipment Testing BOA Step 1 Criteria 1. Assessment of the Enhanced Army Global Logistics Enterprise (EAGLE) viability submission The Government will review the potential Offeror's submission to determine, if the level of understanding, capability, resources and similar experience reflected in the submission when taken as a whole, demonstrates the Offeror's potential to be a viable competitor in the EAGLE acquisition and award of an EAGLE BOA. The Government will review submissions for viability based on an assessment of the following areas. 1.1.1 Understanding of the requirement to provide maintenance, supply, and transportation support services. - Submission identifies an understanding of EAGLE maintenance, supply, and transportation support functions necessary to meet the EAGLE global logistics services requirement. 1.1.2 Understanding of the Single Logistics Provider (full service, prime contractor) requirement for maintenance, supply and transportation support services. - Submission demonstrates the Offeror has the capabilities and resources to perform as a single logistics provider (full service, prime contractor) responsible for providing an integrated approach for delivery of all EAGLE maintenance, supply, and transportation support requirements. Any identified shortfalls or risks in the Offeror's capabilities and/or resources impacting the company's ability to meet the EAGLE requirements have been addressed to demonstrate the Offeror's ability to provide an integrated approach and perform as a full-service, prime contractor. 1.1.3 Teaming concept to meet the Single Logistics Provider (full service, prime contractor) requirement for maintenance, supply and transportation services. - Offeror's approach to any identified teaming, joint ventures, subcontractors, etc., demonstrates the Offeror has the capabilities and resources to deliver all of the EAGLE requirements in an integrated approach providing maintenance, supply, and transportation services as a full service, prime contractor. 1.1.4 Similar Experience with potential EAGLE customers. - Identifies similar experience for the prime and any team members, joint venture participants, subcontractors, etc., in providing EAGLE type requirements of maintenance, supply and transportation support services to Army, US Government departments and agencies, coalition partners, or foreign governments that may be customers for the EAGLE Program. 1.1.5 Similar Experience with equipment and missions. - Identifies similar experience for the prime and any team members, joint venture participants, subcontractors, etc., in providing EAGLE type requirements of maintenance, supply and transportation support services involving combat, commercial, engineering, communications, armament equipment and associated materiel such as supply class I, II, III, IV, VII, IX and any experience with EAGLE-type missions. 1.1.6 Similar Experience with Standard Army Management Information Systems (STAMIS)/Automated Information Systems (AIS) operations. - Identifies similar STAMIS/AIS operations experience for the prime and any team members, joint venture participants, subcontractors, etc., in EAGLE-type missions, providing maintenance, supply, and transportation support services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97f4457b48fb2c13149d4be242a5861e)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) 1 Rock Island Arsenal Rock Island IL
Zip Code: 61299-6500
 
Record
SN02627421-W 20111124/111122234450-97f4457b48fb2c13149d4be242a5861e (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.