Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOLICITATION NOTICE

M -- ASP/TSA 2.0 Synopsis

Notice Date
7/15/2016
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-15-R-0090
 
Point of Contact
Charles Williamson, Phone: 3097827690
 
E-Mail Address
charles.m.williamson12.civ@mail.mil
(charles.m.williamson12.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS The purpose of this notice is to synopsize the Kuwait Ammunition Supply Point and Theater Storage Area 2.0 (ASP/TSA 2.0) requirement in accordance with Federal Acquisition Regulation 5.207. Army Contracting Command - Rock Island (ACC-RI) intends to issue a solicitation for Class V munitions supply support for all ammunition stocks accounted for by 1st Sustainment Command (Theater)(1st TSC) to U.S. Military / Government component, Department of Defense agencies and, as required, Coalitions Forces in the U.S. Central Command Area of Responsibility. It is estimated that the Request for Proposal, W52P1J-15-R-0090, will be issued on or about 24 August 2016. However, this date is subject to change. Future notices, as applicable, will provide updates of the anticipated solicitation release date. ACC-RI intends to conduct a full and open, best value competition to award a single hybrid Cost Plus Fixed Fee with a Performance Based Incentive Fee contract. The period of performance is anticipated to be one base year plus five on year evaluated option periods, and will include Federal Acquisition Regulation clause 52.217-8, Option to Extend Services. The successful offeror for this acquisition will be required to support the 1st TSC for those interconnected warehouse operations support services that are critical to mission accomplishment, and cannot be efficiently acquired independently via separate competitive acquisitions. The principal functions to be performed under ASP/TSA 2.0 are the issue, storage, and receipt of munitions (both training and war-reserve), munitions components, munitions packing and packaging material, and other munitions-related material. Associated functions include: supporting periodic munitions readiness inspections; stock accountability, stock control, warehousing; munitions and non-munitions material salvage/residue accountability, munitions reclamation, amnesty, inventory, ASP/TSA munitions security; user turn-in; packaging, shipment, and performing maintenance on all assigned Government Furnished Equipment (GFE). It should be noted that any interested parties must be able to demonstrate the existence of a current U.S. facility clearance to the SECRET level IAW DODD 5220.22, National Industrial Security Program Operating Manual. This SECRET level clearance may also apply to affiliates, team members, and subcontractors if they have access to classified information. At the time a future solicitation is issued, all respondents will be required to submit Facility Clearances for all entities who will be handling classified information (to include, but not limited to: subcontractors, teaming, and any joint ventures) in accordance with the directions delineated in said solicitation document. A sources sought announcement was issued on 02 March 2015, seeking interest from industry, prior to release of a potential solicitation. A site visit was held in Kuwait on 11 November 2015. A Draft Request for Proposal, Draft Performance Work Statement, Draft Contract Data Requirements Lists, Draft GFE List, and Contractor Questions and Government Answers were posted to www.fbo.gov on 19 February 2016. Additional Contractor Questions and Government Answers, corresponding enclosures, and a revised Draft Performance Work Statement were posted to www.fbo.gov on 17 May 2016. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government of an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. This synopsis does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bc344c50f2b6bae57f38622be363359)
 
Place of Performance
Address: Kuwait, Kuwait
 
Record
SN04184463-W 20160717/160715234453-0bc344c50f2b6bae57f38622be363359 (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.