SOURCES SOUGHT
99 -- Integrated Logistics Support Services (ILSS) Market Research to identify interest parties in the following programs Left Behind Equipment, Theater Provided Equipment, Pre-deployment Training Equipment & Supply Support Activity Support
- Notice Date
- 4/20/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10R0159
- Response Due
- 5/5/2010
- Archive Date
- 7/4/2010
- Point of Contact
- Ryan, 309 782-6214
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(ryan.larrison@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought/Market Research announcement to identify business interest and valid sources for performing functions related to the following programs: Left Behind Equipment (LBE), Theater Provided Equipment (TPE), Pre-deployment Training Equipment (PDTE), and Supply Support Activity (SSA) Support. These missions occur in various locations throughout the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The acquisition program will be known as Integrated Logistics Support Services (ILSS). The product service code/ federal supply code (PSC/FSC) is 9999, Miscellaneous Items. The North American Industry Classification System (NAICS) Code for this requirement is 561210 (Facilities Support Services), with a size standard of $35.5M. Market research will focus on supply and operator level maintenance functions required to support applicable military units, governmental agencies or other organizations designated by Army Sustainment Command (ASC) which require logistics support, property accountability services, operator level preventative maintenance checks and services (PMCS) along with readiness management. These functions will provide needed support to ASC in performing its mission as (CONUS) Theater Sustainment Command (TSC), Army Materiel Commands Executive Agent for property accountability in South West Asia (SWA), and the Armys responsible agency for Army Forces Generation Process (ARFORGEN) management. Contractor(s) will: Assist deploying units with pre-inventory inspections/layouts; interface with unit property book officers to assist units with accountability adjustment reports (AAR), financial liability investigation of property loss reports (FLIPL), 10% cyclic inventories, and 100% sensitive items inventory reports; conduct joint LBE equipment inventories with the deploying units in conjunction with (ICW) unit deployment timelines and training requirements; and ensure equipment responsibility is properly assigned in Property Book Unit Supply- Enhanced (PBUSE). The Contractor Property Accountability Team (PAT) will: inspect equipment for serviceability and completeness, providing each customer a complete and accurate hand receipt through PBUSE as required; support unit Rear Detachments by conducting monthly reconciliation of hand-receipts as well as required cyclic inventories, to include updates through PBUSE; perform required reconciliations and periodic inventories on property not hand receipted to the Rear Detachment; process property transactions using manual or automated DA Form 3161 in accordance with (IAW) the appropriate Government established suspense (per directive following Property Book Officer approval); prepare and process Administrative Adjustment Reports (AARs, DA Form 4949); drop equipment from unit property book(s) via DA Form 1348 for equipment designated as a one for one exchange and provide copies of property adjustments as necessary as historical documentation. Ensure special kits and outfits are provided on reissued equipment if they were present on dropped equipment, provide all services required to allow rear detachment personnel use of equipment as required when inducted into the LBE program. Working in conjunction with the military, the Contractor shall provide support to Property Book Officer (PBO)s in the execution of 100% accountability and visibility of all Theater Provided Equipment (TPE), Installation Property Book (IPB), and all functions that encompass management of property book records. Pre-deployment Training Equipment (PDTE) equipment will be maintained at Technical Manual (TM) 10/20 standards but may be issued to training units in FMC+ safety condition when conditions/requirements dictate due to deployment timelines. Provide a PDTE property book officer, and maintain property accountability and asset visibility of PDTE in PBUSE. Ensure equipment hand-receipted by training units for pre-deployment training are returned in the same condition in which it was issued, complete with all basic issue items (BII) and components of end items (COEI) provided. Provide all services required to allow rear detachment personnel to use needed equipment as required. This will include, but will not be limited to dispatching and hand-receipting equipment IAW appropriate Army Regulations, and local policies as well as completing outstanding unit Lateral Transfers following equipment induction when required. The Government requests interested businesses provide a capability statement with a maximum of 5 pages sent email to: Rock-ACQ-ILSS@conus.army.mil, please make sure the size of the email is less than or equal to 5 MB. The subject line should read: ILSS Market Research, Your companys name and cage code. Additionally, the Government requests interested large or small businesses provide the Government with the following: (1) Name of Company (2) Contact Person's Name, Telephone Number, and Email Address; (3) Company Address; (4) Specify business size as either Large, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone, Veteran-Owned Small Business, or Service-Disabled Small Business; and (4) Whether you are interested in this acquisition as a prime contractor or subcontractor. Note: 1. Under certain Joint Venture (JV) arrangements, the individual small businesses must meet the size standard instead of using the combined total of all small businesses on the JV. 2. The Government may direct certain work be performed by specific contractors. Any of this directed work will be excluded from the total work when determining limitations on subcontracting percentages. 3. To qualify as a small business entity, all JV members must be small business; exception being a Small Business Administration mentor-protg program, which does permit large business on the JV with an 8(a) participant. 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. No reimbursement will be made for any costs associated with providing information in response to this announcement or 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. Tentative discussions will include: Joint Venture contracts in the Army; Legal considerations/ Q & A; SBA considerations/ Q & A and Government approach/strategy/timelines. Response Date: All responses to this announcement must be received by 05 May 2010. Additional information may be posted on FedBizOpps or at http://www.aschq.army.mil/ac/aaisdus/ILSS.aspx. The Government is considering posting a draft PWS and other documents to the website listed above so please check it for further information. Point of Contacts: Ms. Janet Burgett-Jackson, Procuring Contracting Officer or Mr. Ryan Larrison, Contract Specialist. Please send all correspondence to email account: Rock-ACQ-ILSS@conus.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a7a41e679b86464d44c39b935598be86)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: CCRC-FP, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02126602-W 20100422/100420234801-a7a41e679b86464d44c39b935598be86 (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 |