Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2012 FBO #3987
MODIFICATION

99 -- Sources Sought for International Base Camps and Security Services (IBCASS)

Notice Date
10/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY12R0032
 
Response Due
5/18/2012
 
Archive Date
11/20/2012
 
Point of Contact
Michael Ashworth, , Tonju Butler,
 
E-Mail Address
Michael.D.Ashworth@usace.army.mil, Tonju.L.Butler@usace.army.mil
(Michael.D.Ashworth@usace.army.mil, Tonju.L.Butler@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified large and small business sources under 2012 North American Industry Classification System (NAICS) 541614 (Process, Physical Distribution and Logistics Consulting Services). The small business size standard is $14 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) 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. For market research purposes only, we invite responses from large and small businesses. 1. CONTRACT INFORMATION: The objective of this Multiple Award Task Order Contract (MATOC) is for Contractors to provide temporary housing, facilities, transportation, security, and provide ancillary support services needed to sustain the same in support of contingency and remote operations outside of the continental United States in Central Command's (CENTCOM) Area of Responsibility (AOR). Countries included in the CENTCOM AOR are as follows: Afghanistan, Bahrain, Egypt, Iran, Iraq, Jordan, Kazakhstan, Kyrgyzstan, Kuwait, Lebanon, Oman, Pakistan, Qatar, Saudi Arabia, Syria, Tajikistan, Turkmenistan, United Arab Emirates (U.A.E), Uzbekistan, and Yemen. The contracts are anticipated to be awarded in 2013 with a one-year base period and four one-year option periods, for a total ordering period not to exceed five years. During this period, Contractors awarded a contract will compete for task orders. The programmatic value of all task orders awarded under all of the ID/IQ contracts is $450M. Interested firms should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine if there are enough qualified and interested firms for this requirement. In accordance with FAR 19.000(b), the Government may solicit the acquisition as an unrestricted full and open competition. The Government does not intend to rank submittals or provide any reply to interested firms. 2. PROJECT INFORMATION: The objective of this Multiple Award Task Order Contract (MATOC) is for Contractors to support the missions of the US Government and our allies by providing temporary housing, facilities, transportation, security, and provide ancillary support and supply services needed to sustain the same. Work will take place primarily in CENTCOM area of operations. The contractor will provide all labor, material, equipment, supplies required to safely transport and house personnel and facilitate execution of their mission. Services may include the provision of some or all of the various classes of supply as needed to support their mission. Services may include the provision of some or all of these services on existing base camps or assistance in taking down existing base camp facilities and restoration of the site. Security services include mobile and static armed security services to personnel. Transportation services includes the planning and provision of air, ground, and sea transportation necessary to enable the mission. Specific requirements will be addressed in each task order and may include the provision of a subset of these services. 3. SUBMISSION REQUIREMENTS: Interested firms should submit a document describing relevant demonstrated experience and qualifications via email Michael.D.Ashworth@usace.army.mil and Tonju.L.Butler@usace.army.mil no later than Monday, November 5, 1200 Central Time. The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Mr. Michael Ashworth, Contract Specialist at Michael.D.Ashworth@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. SOURCES SOUGHT QUESTIONNAIRE SECTION 1: GENERAL 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code(s) (list all NAICS codes your firm is registered under) : 5. Responsible Point of Contact: 6. Is your firm a large business, small business, certified 8(a) business, certified HUBZone business, woman-owned small business, small disadvantaged business and/or service-disabled veteran-owned small business? (Specify all that apply.) SECTION 2: CONTRACTOR ARRANGEMENT 7. Would your firm propose on this project as a sole contractor, prime contractor with team member subcontractor(s), and/or as a joint venture? (If you have proposed a joint venture or prime/sub arrangement, identify your team members to the extent possible. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) SECTION 3: CAPABILITY 8. During the last five years has your firm deployed any employees to a contingency environment, remote location, and/or a War Zone (e.g. Afghanistan, Iraq, etc.) in the CENTCOM AOR? If so where? 9. Within the CENTCOM AOR, answer "yes" or "no" to the following services executed and provide customer references, locations, summary of scope of effort, dollar value and dates performed within the past five years: a. Transportation of Personnel and Equipment b. Armed static security c. Armed mobile personnel security d. Facility physical and/or electronic security e. Temporary Housing and/or facilities at remote locations f. Temporary dining facilities and operation g. Temporary utilities such as water, sewer and electrical power supply 10. Does your firm have the ability to work anywhere within the CENTCOM AOR? Are there any limitations on where you can work within the AOR? 11. During the last five years has your firm hired any third country workers (Non US and Non Local) to work on a project within the CENTCOM AOR? 12. Does your firm have employees with a Secret Clearance? 13. During the last five years has your firm provided Common Access Cards (CAC) to employees for work on Government projects? 14. Provide specific details on your current and projected capacity to perform an estimated two task orders for providing temporary housing, facilities, transportation, and security ranging in value from $15 million to $25 million at the same time. Provide information on the magnitude of simultaneous task orders that your firm can handle. 15. Provide specific details on your current and projected capacity to perform an estimated task order for providing temporary housing, facilities, transportation, and security ranging in value from $50 million to $100 million. Provide information on the maximum value of a task order that your firm can handle.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12R0032/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02917446-W 20121024/121022234048-051abaa179eeb6e7427f244ec94d913f (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.