Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

R -- Deployment Logistical Support 2 (DLS 2)

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, ACR - Commercial Imagery, Attn: ACR Mail Stop S84-ACR, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0210-12-T-0008
 
Archive Date
5/1/2012
 
Point of Contact
Kimberly A. Mogollon,
 
E-Mail Address
kimberly.a.mogollon@nga.mil
(kimberly.a.mogollon@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Synopsis (SSS) is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotations (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice (FAR 15.201(e)). In accordance with FAR 52.215-3 - Requests for Information or Solicitation for Planning Purposes (Oct 1997), the Government will not pay for any information/items submitted in response to this SSS. Data will not be returned. This SSS does not commit the Government to award a contract. No determination regarding this requirement has been made at this point and there is currently no solicitation for this effort. Any solicitation resulting from this SSS will be announced separately. The Government may contact the respondents for follow-up questions. The National Geospatial-Intelligence Agency (NGA) will use information obtained under this synopsis to develop an acquisition strategy to meet the agency's needs in providing deployable logistical support to include: logistics planning; asset management; transportation services; supply management; warehouse management; armory management; aircraft coordination support; and facility support. Services will be provided primarily in deployed locations with some duties in both Springfield, VA and St Louis, MO. The intent of this synopsis is to determine industry's interest in providing support services for deployed operations and exercises. SCOPE: NGA intends to award a 5-year (1 Base Year, plus 4 1-year Option Periods), Single-Award contract to provide deployment logistical services support to the NGA mission. Specifically, NGA's Expeditionary Operations (MD) Program Office envisions a contract to provide Scheduled and Unscheduled Logistics Services. Scheduled Logistics Services will consist of the enduring requirements, anticipated to continue throughout the contract. Unscheduled Logistics Services will consist of both temporary requirements, and new requirements which may be added to the Scheduled Logistics support in subsequent option years. NGA anticipates the contract will provide the following Scheduled Logistics services: - At NGA Locations: o Deployment Logistics Planning o Asset Management Support - In the Deployed Environment (Initially Four Deployed Locations): o Logistics Technician Support o Transportation of Personnel, Equipment, and Supplies (Military and/or International Drivers Licenses may be required) o Supply/Warehouse support o Central Issue Facility management support o Property Book and Asset Management Support o Aircraft/Transportation Management Support o Armorer Services o Facility Manager Support o Security Escort NGA anticipates the contract will provide the following Unscheduled Logistical Support to respond to either emerging expeditionary logistics requirements or Crisis/Contingency logistics support: - In the Contingency Operations (Short Notice Response) Environment o Logistics Operations Advisor o Logistics Site Lead o Supply Support o Warehouse Operations o Transportation Services o Maintenance Support o Administrative Assistance and Support o Facility, Vehicle, and Equipment Support ADDITIONAL INFORMATION: 1. Contractor personnel will be required to deploy to the US Central Command (CENTCOM) theaters of operations for rotations of not less than 180 days. 2. Contractor personnel will be expected to travel or deploy to theaters of operations and/or crisis locations which are not restricted to any geographical location or region of the globe. Contractor personnel will travel through a combination of reimbursed commercial transport (in accordance with Joint Travel Regulation) and military airlift. 3. Contractor personnel may be required to visit and work in an area designated by the U.S. Government as an Imminent Danger Zone or Hostile Fire Zone. This designation means the contractor personnel may be subject to working in harsh or hostile conditions. Contractor personnel will be required to attend Government provided deployer preparation training and certify with 9mm handguns, which may be issued in some locations. The Contractor will be required to carry insurance on deployed employees in accordance with the Defense Base Act. Contractor personnel must also be willing and able to billet and work in temporary facilities (e.g. tents, warehouses, portable shelters). 4. Any resultant contract will include the contract clauses required to operate in the Central Command (CENTCOM) Area of Operations (AOR). Some or all of the clauses found at http://www2.centcom.mil/sites/contracts/Pages/TBC.aspx may be included in the contract. 5. Offerors will be required to hold a Top Secret Facility Clearance and proposed personal will be required to hold Top Secret Department of Defense (DoD) clearance and be approved for access to Sensitive Compartmented Information (SCI), or be eligible for the timely granting of such clearance and access. 6. NGA intends to use contractor consultants to support review of responses to this synopsis. Consultants from Serco, Inc. and TASC, Inc. will provide assistance to Government acquisition personnel. The exclusive responsibility for the resulting market research and any resulting solicitation and source selection remains with the Government. Non-Disclosure and Organizational Conflict of Interest Certificates for all Contractor Consultant personnel participating in effort are on file with the NGA Contracting Officer. REQUIREMENTS: Registration via the Central Contractor Registration (CCR) database will be required prior to award of any subsequent contract. Registration information for CCR is located at the following website: http://www.ccr.gov/. NGA requests that interested companies provide the following information: a. Requested Information: i. Provide your company address, point of contact with phone number, cage code, and the size of your company, large or small. If a small business, add in your Small Business Administration Status. The anticipated NAICS code is 561210, Facilities Support Services at $35.5M. Is there another suggested NAICS code for logistical support activities? If yes, please provide. ii. At a minimum, provide a description and the capabilities of your company as well as reference to any similar contracts your company has performed. What experience does your company have with the scope described above? Have those services been provided in a deployed or non-deployed environment? Have any of these services been provided in hostile environments? Can you perform all the required work? Can any portion of this effort be carved out for a Small Business Set-Aside? iii. Please identify any existing Government Wide Acquisition Contract (GWAC) published price lists or GSA Schedule Contract which you believe would apply to this effort. iv. State whether you would be interested in bidding the effort as a prime contractor or a subcontractor. Do you have a facility clearance? If so, what is the clearance level? v. Responses should not be longer than 5 double-sided pages, exclusive of existing marketing materials. Only electronic submissions will be accepted as described below under Method for Submittal. Response must contain only UNCLASSIFIED information and be MARKED "UNCLASSIFIED". b. Optional Material: Pre-existing internal and external marketing materials covering company capabilities and current and past performance experience in deployable logistical support may also be provided. No more than two examples of such material may be included. NOTE: Responses shall not include proprietary information. Any responses that are marked proprietary will not be considered. c. Response Schedule: Questions and Responses to the SSS MUST BE Submitted/Received by the Due Date-Time using the Method for Submittal specified below. i. Due Date-Time. Respondents may submit questions concerning this SSS via the Intelligence Community - Acquisition Research Center (IC-ARC) Website. The Government will entertain questions on a case by case basis. Responses to questions will be posted on the IC-ARC for all respondents to view. The identity of the requesting organization will be withheld. The deadline for submitting questions is 3 April 2012 Not Later Than (NLT) 5:00PM Eastern Daylight Time (EDT). All responses to this SSS MUST BE Received by 16 April 2012 NLT 5:00PM EDT. ii. Method for Submittal: All responses MUST BE Submitted via the Unclassified IC-ARC Website at URL: https://arc.westfields.net for "HM021012T0008 Deployment Logistical Support 2". Responses shall be submitted as one file upload by the following directions for submitting a final SSS response under the SSS TAB on the NGA DLS2 site. SSS responses will not be accepted after the cut-off time and date stated above and will not be accepted via e-mail, fax, the Submit Unsolicited link on the IC-ARC homepage, or other means.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b9dd002c9b061575a5143b88f87c91e5)
 
Record
SN02712006-W 20120404/120402235630-b9dd002c9b061575a5143b88f87c91e5 (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.