Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
MODIFICATION

R -- EXPRESS Open Season to Add Primes

Notice Date
2/6/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-13-T-EXPRESS
 
Response Due
3/11/2013
 
Archive Date
4/7/2013
 
Point of Contact
Elbert Clarke, 256-876-2649
 
E-Mail Address
ACC-RSA - (Missile)
(elbert.clarke.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
EXPRESS is a Blanket Purchase Agreement (BPA) program based upon the use of GSA Federal Supply Schedules for acquiring advisory and assistance services (including all supervision, labor, incidental materials, and travel). These services may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, training, and technical and management support. The complete scopes of work for each domain may be reviewed on the website listed herein. The EXPRESS program consists of four (4) domains in which services may be ordered: Technical, Programmatic, Logistics, and Business and Analytical (B&A). Competitively awarded BPAs have been established in each of the domains as follows: Business & Analytical - 4 each, Logistics - 6 each, Programmatic - 6 each, and Technical - 11 each. The BPAs were established with a provision for an annual open season in which the Government may add additional BPA teams or allow existing Prime Contractors/Team Leaders the opportunity to restructure existing teams. The purpose of the current open season is to add additional BPA teams. The Government intends to award additional BPAs in the following domains as noted: B&A - two small business (SB); Logistics - one full and open (F&O) and two SB; Programmatic - one F&O, 2 SB and one 8A; and Technical - one F&O, one SB and one 8A. These are estimated numbers only. The Government reserves the right to vary the number of awards depending on the number of responsive quotations submitted. The F&O awards will be determined first, followed by the SB awards, and finally the 8(a) awards. Eligibility to compete for the anticipated BPA awards is limited to those businesses which hold one of the required GSA schedules and, for the SB/8A awards, which meet the size standards for the NAICS Code applicable to that schedule identified as primary for the EXPRESS program. Respondents may seek consideration as a prime/team leader in more than one domain. Each prime/team leader is required to hold at least one of the following GSA schedules at the time it responds to the Request for Quotation (RFQ): 871-Professional Engineering Services (PES), 874V-Logistics Worldwide (LOGWORLD), 874-Management Organizational and Business Improvement Services (MOBIS), 70-Information Technology (IT), or a 00CORP-Consolidated Products and Services Schedule (formerly Corporate Schedule) including appropriate PES, LOGWORLD, MOBIS, or IT Special Item Numbers. Respondents may submit multiple schedules per domain in response to the RFQ. However, a primary schedule that will be used by the prime/team leader to satisfy the majority of the domain requirements must be identified. Companies interested in obtaining a GSA schedule, or expediting a schedule application that has been submitted may contact the local representative, Eddie Mills via email at eddie.mills@gsa.gov. If MOBIS or LOGWORLD is identified as the primary schedule, the NAICS Code and business size standard assigned to the respondents' schedule by GSA will apply. If PES is identified as the primary schedule, NAICS Code 541330 and a size standard of $35.5M, will apply to the Business & Analytical, Logistics and Programmatic Domains and NAICS Code 541712 and a size standard of 1,000 employees will apply to the Technical Domain. If IT is identified as the primary schedule, NAICS Code 541511/541512/541513 and a size standard of $25.5M will apply to all domains. If the Consolidated Products and Services Schedule is identified as the primary schedule, the primary special item number covered by this schedule (PES, MOBIS, LOGWORLD, or IT) that will be used to satisfy the majority of domain requirements must also be identified. The NAICS Code and size standard for the primary special item number, as identified above, will then apply. The applicable NAICS Code must be available on the schedule identified as primary. The small business certification which was made at the primary schedule contract level, for that applicable NAICS Code, will be utilized to determine business size for EXPRESS. The Open Season Requests for Quotation (RFQs) are anticipated to be posted to the EXPRESS Public Website on Monday, 4 February, 2013, at the following link: http://www.acc.army.mil/contractingcenters/acc-rsa/Express.asp Responses to the RFQs will be due approximately 30 days after the RFQ issue date. All documentation required for response to the RFQs will be available on the website above. The RFQs will contain specific instructions for submittal of quotations. RFQ Numbers are as follows: W31P4Q-13-T-0048 (B&A), W31P4Q-13-T-0049 (LOG), W31P4Q-13-T-0050 (PROG), and W31P4Q-13-T-0051 (TECH). Respondents are cautioned that failure to comply with the following criteria will result in the rejection of their submission, and they will not be considered for award: (1) Must hold one of the required GSA schedules, as of the date of submission of quote, and (2) Submission of all required documentation as stated in the RFQ. Responses to the RFQs shall be enclosed in a sealed package and delivered to the following location no later than the date specified in Block 8 of the RFQ SF 1449. In addition those Offerors who choose to deliver RFQ packages in person and who do not have current post access privileges, should contact the below POC not later than 10 business days before the due date of the RFQ for post access information. Army Contracting Command - Redstone (ACC-RSA) Attn: CCAM-EX-P / Mr. Elbert Clarke Sparkman Center, Building 5303 Redstone Arsenal, AL 35898 (256) 876-2649 / elbert.clarke@us.army.mil Respondents are advised that responses sent by conventional US Mail service or courier services (Federal Express and UPS) are not routed directly to the above address. Late submissions will not be considered. Questions regarding this RFQ shall be submitted electronically to RFQ Questions and Answers section on the EXPRESS public website. This notice is modifed to give note that the following EXPRESS RFQ's have been posted to FBO: W31P4Q-13-T-0048, W31P4Q-13-T-0049, W31P4Q-13-T-0050, W31P4Q-13-T-0051. The RFQ web links for the four RFQs: https://www.fbo.gov/notices/afd3eef9ce7663d2584f4ea6f53bed20 https://www.fbo.gov/notices/d93ff886b93dd5ee10fee9fb09b92c70 https://www.fbo.gov/notices/7b0f3b29461446b03a01f136494c0044 https://www.fbo.gov/notices/89e536cd83adcf4834f8ba8db4b47598 The POC for this modification notice is Elbert Clarke, 256-876-2649, elbert.clarke@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/72bd52090aa968f7604b20c73fcb2bc5)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02980407-W 20130208/130206234004-72bd52090aa968f7604b20c73fcb2bc5 (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.