Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
MODIFICATION

R -- US Army Europe (USAREUR) Support Contract II (USC II) ISSUED 3 SEP 2010, CLOSES ON 10 SEP 2010, THIS IS NOT A NEW REQUIREMENT BUT RATHER AN EXPANSION OF USAREUR SUPPORT CONTRACT II (USC II) AREA OF RESPONSIBILITY.

Notice Date
9/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-10-R-0060
 
Response Due
9/10/2010
 
Archive Date
11/9/2010
 
Point of Contact
clare hogan, 540-665-6741
 
E-Mail Address
USACE Middle East District
(clare.j.hogan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice and should not be construed as a solicitation announcement. This is not a new requirement but rather an expansion of USAREUR Support Contract II (USC II) Area Of Responsibility. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the government to procure any services, nor is it the intent of Middle East District to award a contract on the basis of this request for information (RFI) or otherwise pay for the information sought. 1. CONTRACT INFORMATION: The United States Army Corps of Engineers, Middle East District (MED) is seeking preliminary marketing information, see attached Capabilities Statement Questionnaire, from capable and reliable sources to gain knowledge of potential qualified business concerns, both US and Foreign, capable of performing Operations and Maintenance Services, Life Support Services, and Unspecified Minor Military Construction to support current operations in Kosovo and Romania and possible future operations throughout the USAREUR Area Of Responsibility (AOR). The following countries represent the USAREUR AOR: Albania, Andorra, Armenia, Austria, Azerbijan, Belarus, Belgium, Bosnia and Herzegovina, Bulgaria, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Georgia, Germany, Greece, Holy See, Hungary, Iceland, Ireland, Israel, Italy, Kosovo, Latvia, Liechtenstein, Lithuania, Luxembourg, Macedonia, Malta, Moldova, Monaco, Montenegro, Netherlands, Norway, Poland, Portugal, Romania, Russia, San Marino, Serbia, Slovakia, Slovenia, Spain, Sweden, Switzerland, Turkey, Ukraine, and United Kingdom. As the work shall be performed outside of the continental US, no set-aside or socioeconomic preference will be granted. This North American Industry Classification System (NAICS) classified for this effort is NAICS 561210, Facilities Support Services. The Middle East District anticipates releasing a solicitation announcement, to be published in the Federal Business Opportunities (FEDBIZOPS), on or about November 2010. The solicitation will consist of an Indefinite Delivery, Indefinite Quantity performance-based hybrid contact which may contain both fixed price and cost-reimbursement elements. 2. PROJECT INFORMATION: This requirement is for the re-compete of the U.S. Army Europe (USAREUR) Support Contract (W912ER-05-D-0003). The USAREUR Support Contract II (USC II) is the contract vehicle through which USAREUR will receive support services to maintain the operational readiness of US forces deployed within the USAREUR AOR. This requirement will be for operations and maintenance services, life support services, and unspecified minor military construction to support approximately 1,000 to 6,000 personnel throughout the USAREUR AOR. This Contract is designed to provide the flexibility to respond to recurring requirements, new requirements, changing requirements, and requirements that are increased or diminished. This contract is designed to reflect the predictable nature of existing and scheduled services at existing sites by employing fixed price contract line items. At the same time, the contract provides the flexibility to respond to unscheduled and non-recurring services by employing cost reimbursable line items. In summary, this contract will include both fixed price and cost reimbursable elements reflecting the predictable and unpredictable nature of the work required. Board Description of Work: The Contractor shall provide all resources and management necessary to plan for, establish, maintain, and dismantle base camp and remote site operations. The Contractor shall plan and execute services in support of installations, troops, units, and operations and respond to both programmed and unprogrammed requirements. The Contractor shall respond to changes in current operations and troop strength at established locations. The Contractor shall be prepared to support requirements for new operations and new locations in any country within the USAREUR AOR. The Contractor shall respond to troop rotations, changes in locations, numbers, and flow of troops based on changing operational assessments, deployments and redeployment plans. The Contractor shall support deployment/redeployment and mobilization/demobilization. The Contractor shall provide support services for contingencies and planned/unplanned military exercises throughout the USAREUR AOR. The Contractor shall also provide support to Multinational Forces as required by USAREUR. The Contractor shall provide construction of temporary facilities and structures as required to enable base and logistical support operations. The Contractor shall procure all material, equipment, and supplies incidental to the provision of services required by this contract. Typical services which may be solicited to support this requirement are: Buildings and Structures; Grounds and Roads; Pest Control; Fire and Emergency Response; Housing Management; Area Support Group Administrative and Professional Support Services; Information Support Services; Work Classification,and Management Control of Maintenance and Utility Services; Janitorial; Fuel; Water; Wastewater; Refuse Collection/Recycling; Environmental Services; Laundry; Airfield and Air Terminal Services; Contractor Program Management; Contractor Quality Control; Electrical; Heating, Ventilation and Air Conditioning Systems; Food Services; Morale, Welfare, and Recreation Augmentation; Container and Material Handling Equipment Operations; Shuttle Bus and Taxi Service; Supply Support Activity; Excess Property Laydown Yard and Scrap Metal Laydown Yard; Transportation; Tactical Vehicle and Non-Tactical Vehicle Equipment Maintenance; Transportation Motor Pool Operations; Port Support Activity; Temporary Construction and Site Restoration; and Non-Recurring Support Services. 3. SUBMISSION REQUIREMENTS: NOTE: THIS IS NOT A NEW REQUIREMENT BUT RATHER AN EXPANSION OF USAREUR SUPPORT CONTRACT II (USC II) AREA OF RESPONSIBILITY. All interested firms should complete a Capability Statement and return it via electronic mail to clare.j.hogan@usace.army.mil; barb.stuart@usace.army.mil; kathy.j.perry@usace.army.mil and in the following format: Submission shall be received by 5:00 p.m., Eastern Standard Time, 10 Sep 2010 and shall not exceed four (4) one-sided, 8-1/2 X 11 pages. The submission shall address all questions in the capability statement questionnaire and your ability to perform the work stated in the project information section of this notice. This synopsis is only for market research purposes. This RFI does not constitute a request for proposal nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. No hard-copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested offerors shall address the requirements of this RFI in written format by electronic mail to Contract Specialist clare.j.hogan@usace.army.mil; Contract Specialist barb.stuart@usace.army.mil; and Acquisition Management Specialist kathy.j.perry@usace.army.mil, no later than 5:00 p.m., Eastern Standard Time, 10 September 2010. Phone calls and fax transmittals will not be accepted. Personal visits for discussing this announcement will not be scheduled. No solicitation exists; therefore, do not request a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0060/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02268238-W 20100905/100903235700-ab92e6609b4551d9f4fd8d2d4f09627f (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.