Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2008 FBO #2341
SOURCES SOUGHT

M -- To identify interest in a requirement of the Joint Munitions Command (JMC) for a Caretaker Contractor for Kansas Army Ammunition Plant, Parsons, KS. Period of performance is an initial period of three months, 01 Jan 2009 thru 31 Mar 2009.

Notice Date
4/22/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J08
 
Response Due
5/8/2008
 
Point of Contact
Jon Gundling, 309-782-1819
 
Description
This is a Sources Sought/Market Research announcement to identify interest in a requirement for the Joint Munitions Command (JMC) which seeks a Caretaker Contractor for Kansas Army Ammunition Plant, Parsons, KS. The period of performance is an initial period of three months, 01 Jan 2009 thru 31 Mar 2009. NAICS Code for this announcement is 561210. (Base facilities operations support services) Kansas Army Ammunition Plant (KSAAP) is being closed as a result of Base Realignment and Closure (BRAC) decision of 2005. Accordingly, the Army has a requirement for a contractor with proven ability to perform the following tasks: Caretaker operations at KSAAP include, but are not limited to, natural resource management support; maintenance of utility system; tenant support; closeout functions as required, safety and security; packing and shipping government stocks and equipment (explosive and inert) in preparation for transfer of property, compliance with environmental programs mandated by Federal and State agencies to include acquiring the necessary environmental permits; special programs for environmental restoration, hazardous explosives remediation, energy conservation, historical preservation; demolition, Administrative Contracting Officers (ACO) support, including ADP; and other reimbursable support. The contractor shall provide analytical and technical support in planning and implementing a caretaker program specifically tailored for KSAAP to meet DOD requirements. The contractor shall also perform quality control of data to ensure the integrity of the database. The contractor shall develop proposals for separately funded tasks as required. A monthly progress report detailing accomplishments and expenditures at the completion of each month shall be submitted with request for payment. The aforementioned tasks and submittals will be accomplished with the help of Government Furnished Data and Equipment as needed to complete these tasks. INSTRUCTIONS TO INTERESTED PARTIES: Request that all interested offerors provide a capability statement, NTE ten (10) pages that detail their previous work experience in the areas of expertise and any specialized experience with the tasks listed above. Work performed within the past three years is considered relevant experience for this sources sought announcement response. Please include in your capability statement, your firms business size and identify any potential Joint Venture partners. JOINT VENTURES: Joint Ventures, as defined in FAR 19.101(7)(i), are an acceptable approach for small businesses and are encouraged. Interested small businesses who choose to Joint Venture shall provide the Government with information as follows: (1) Name of Company-include a contact person's name, telephone number and email address; (2) Company Address; (3) Company Size (please specify as either Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business); (4) Identify whether you are interested in this acquisition as a prime contractor or subcontractor. NOTE: 1. Under certain conditions, the individual small businesses must meet the size standard instead of using the combined total of annual receipts of all small businesses in the Joint Venture. 2. The Government may direct certain work be performed by specific contractors. Any of this directed work is excluded from the total work when determining limitations on subcontracting percentages. 3. To qualify as a small business Joint Venture entity all the members must be a small business. One exception is an approved Small Business Administration mentor-program agreement, which does permit large business participation in the Joint Venture. INFORMATION: This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposals and no contract will be awarded from this announcement. Requests for solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. RESPONSE DATE: All responses to this announcement must be received by COB May 08, 2008. Interested parties shall contact the government POC for an additional questions. POC: Mr. Jon Gundling, Contract Specialist, (309) 782-1819, Jon.gundling@us.army.mil; Mrs. Margaret Ridder, Procuring Contracting Officer, (309) 782-8692, margie.ridder@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=067d463154e715cf424567a2e0b2fbfa&tab=core&_cview=1)
 
Place of Performance
Address: Kansas Army Ammunition Plant 23018 Rooks Rd Parsons KS
Zip Code: 67357
 
Record
SN01558516-W 20080424/080422220339-067d463154e715cf424567a2e0b2fbfa (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.