Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
MODIFICATION

R -- Request for Information - replaces previous announcement dated 07 Mar 2011 under W52P1J-11-R-0068.

Notice Date
8/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-R-0068
 
Response Due
9/9/2011
 
Archive Date
11/8/2011
 
Point of Contact
Celeste Hobert, 309-782-1262
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(celeste.r.hobert.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Number of days for response-2 weeks Classification Code: R-Professional, Administrative and Management Support Services The North American Industry Classification System (NAICS) code applicable to this announcement is 541614 - Process, Physical Distribution and Logistics Consulting Services with a size standard of $7 Million. NOTE: This Request for Information (RFI) replaces a previous announcement dated March 7, 2011. This is a RFI ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes. This announcement does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. The Government will not pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The government will in no way be bound to this information if any solicitation is issued. The purpose of this RFI is to conduct market research and request feedback on the proposed acquisition strategy. The Government is contemplating a single award, firm fixed price, three year indefinite delivery indefinite quantity (IDIQ) type contract for Global Logistics and Acquisition Support Services (GLASS) with an estimated total dollar value of $135 million. Services will require performance in CONUS and OCONUS locations, and may include hostile and contingency environments. A SECRET clearance will be required for potential actions resulting from this RFI. The required services below will include support to the Logistics Civil Augmentation Program (LOGCAP) and the Army Contracting Command - Rock Island (ACC-RI), Reachback Office. 1. Administrative support and non-classified records management. 2. Classified material management and handling. 3. Operations Research and System Analysis (ORSA). 4. Operations and plans support. 5. Desk officer support. 6. Policy and programs support. 7. Training and exercise support. 8. Forward planner and forward operator support. 9. Operational planning assistance support. 10. Quality assurance/control support. 11. Property administration support. 12. Logistics Management Specialist Support. 13. Cost monitor and variance analysis. 14. Automation/database management support services. 15. Technical support for requirements development. 16. Independent Cost Estimate (ICE) development support. 17. Cost and technical analysis support for evaluation of competitive contractor proposals. 18. Cost and technical analysis support to sole source negotiations. 19. Award Fee Evaluation Board (AFEB) support. The Government requests industry feedback by answering the following questions: 1. Would your company propose firm fixed prices on a service module matrix based on quantitative scales? The Government would provide a task description, scale of requirements (i.e. small effort: 10 per month, medium effort: 20 per month, large effort: 50 per month), the performance standard and metric for each task. 2. Provide a list of contracts awarded to your company (or an affiliate) which are currently being administrated by LOGCAP and ACC-RI Reachback office to identify any potential Organizational Conflicts of Interest (OCI's). 3. Identify whether you are interested in this acquisition as a prime contractor or as a subcontractor. SMALL BUSINESSES ONLY: 4. Describe how your company would meet ALL the required services, to include services provided in a contingency environment such as Afghanistan. 5. Provide your annual revenue if not already provided in your Capability Statement. 6. Business Size under the previously stated NAICS code. If a small business concern, state whether you are small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned or a service-disabled veteran-owned small business concern. ALL INTERESTED RESPONDENTS SHOULD SUBMIT INFORMATION AND ANY QUESTIONS BY EMAIL NO LATER THAN 4:00 PM Central Standard Time (CST) on September 9, 2011 to: phillip.g.spurgetis.civ@mail.mil. This RFI is for MARKET RESEARCH purposes only. Government does not commit to providing a response to any information submitted, comment or questions received. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR). CCR web address is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c32ee4f853804a8dc7e9b4d8ccc4538)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-LA Rock Island IL
Zip Code: 61299-6500
 
Record
SN02552355-W 20110828/110827000508-9c32ee4f853804a8dc7e9b4d8ccc4538 (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.