SOURCES SOUGHT
R -- Notice of Intent to Issue a Sole Source Contract
- Notice Date
- 12/6/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Operations Support Command, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
- ZIP Code
- 61299-5000
- Solicitation Number
- DAAA09-PHILIPPINES
- Archive Date
- 2/21/2003
- Point of Contact
- Valiant DuHart, (309) 782-8517
- E-Mail Address
-
Email your questions to US Army Operations Support Command
(duhartv@osc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Field Support and Operations Contracting Division at the US Army Operations Support Command (OSC) Contracting Center, Rock Island, IL, intends to issue a sole source contract to DynCorp International, LLC for a requirement to provide logistics field su pport services in support of US Forces in the Philippines. This is a continuation of effort currently being performed under contract DAAB07-97-D-C759, Delivery Order 0120, dated 05 Feb 02, with DynCorp International, LLC. The delivery order expires 31 De c 02. Performance period for the continued services is expected to begin o/a 1 Jan 03 to 30 Jun 03 with an option to extend for up to six months. This synopsis is issued pursuant to FAR 6.302-1 (d)(2). Services includes the following: The contractor sh all provide logistical support and engineering services support for PACOM forces located in the Philippines on the southern Philippine island of Mindanao, the city of Zamboanga and surrounding islands, and four classified site locations. Support services are to begin within 7 calendar days from receipt of the Notice to Proceed (NTP) from the Contracting Officer. The contractor will provide a planning cell to assume planning responsibilities with the USARPAC planners. The contractor shall provide camp ope rations, including food services, laundry, postal, banking, billeting, potable water, area field sanitation, latrines, showers with basins, utilities, vector control and fire protection at the base camps. The contractor will provide the following transpor tation services to include equipment, supplies, personnel, administration, and management required to plan, organize, facilitate, direct, control, and perform transportation operations to support the execution of the mission. The contractor will provide a movement control center (MCC) to perform the transportation and movements' functions of movement control, motor pool operations, and line haul transport operations. The contractor will be required to perform Arrival/Departure Airfield Control Group (A/DA CG) operations. The contractor will be required to provide extended voice, circuit, and ISP/data services. All Class I rations will be acquired by the contractor. The contractor shall provide trained personnel to augment the Accountable Officer for inventories of the JSOTF property book. The contractor will provide engineering services as required to include t he following: Dispose of water waste and refuse, including hazardous waste generated from operations; Distribute potable water; Provide adequate parking areas; Provided and distribute electrical power; Provide adequate traffic-ability for material handlin g equipment and vehicle storage areas; Provide/install force protection barriers/equipment as required by the JTF; Utility subsystems for locations to include electrical power generation and distribution, and sewage collection; Provide expeditionary constr uction services incidental to services as required by the JTF. Restoration of sites in accordance with requirements generated as a result of negotiations with the Philippine government. Perform vehicle inspections as required by the Commander?s Base Secu rity Plan. In addition, the contractor is also required to provide logistics support services for Security Assistance cases to mobile team training members at the following locations: the locations cited above as well as Puulanan Labagan/Zamboanga del Nor te; Cagayan de Oro; Awang/Maguindanao; Sulu; Tuberan Mauab Campetela Valley; Benito Ebuen Air Base; Mactan; Cebu; Philippines. Services for the Security Assistance cases include such items as: planning, engineering, construction and maintenance of trainin g facilities and base camp facilities; training facility renovation; demolition and renovation services; hazmat operations; vector control; facilities maintenance; laundry pick-up points; postal/banking services; waste management; communications; latrine s upport; fire control; ammunition storage; potable (drinking) water; utilities; range and range facilities; storage; office space management; fuel support; equipment installation; contraction site surveys; supply and equipment acquisitions; electronic systems sustainment training; inventories; supply and e quipment training. Companies that are interested and capable of providing the logistics support services are requested to provide information that would state their plan to execute full contract performance by providing a seamless transition without inter ruption or loss of services or quality of support to the US Forces in the Philippines. Interested parties must provide a complete point of contact name, mailing address, area code, phone number, fax number, email address, business size (large business, sm all business, small disadvantage business, woman owned small business or other), DUNS number, CAGE code and tax identification number. Please provide your information to the following individual by 2:00 PM CST 23 December 2002: HQ, Operations Support Comm and, Attn: AMSOS-CCF, Valiant DuHart, 1 Rock Island Arsenal, Rock Island, IL 61299-6000. Copies may be emailed to Valiant DuHart at his email address: duhartv@osc.army.mil or by fax at (309) 782-2563. All interest statements shall be treated as containin g proprietary information and shall be kept in confidence. The Government considers this process as 'procurement sensitive' and will not divulge details of interest to non-Government entities. Only government officials crucial to the program will review submitted statements. Therefore, the Government encourages responders to be forthcoming in their submittals. Only written responses will be accepted. No contract award will be made on the basis of responses received. See Note 22. The Government does not intend to pay for the information received. POC is Valiant DuHart, contracting officer, (309) 782-8517.
- Record
- SN00218362-W 20021208/021206213604 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |