SOLICITATION NOTICE
Q -- Pre-Solicitation Synopsis for a Single Award Task Order Contract (SATOC) for Initial Outfitting and Transition (IO&T) services in the Republic of Korea (ROK).
- Notice Date
- 4/25/2013
- Notice Type
- Presolicitation
- 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
- W912DY13R0013
- Response Due
- 7/31/2013
- Archive Date
- 6/24/2013
- Point of Contact
- Christopher Mark Andrews, 2568951194
- E-Mail Address
-
USACE HNC, Huntsville
(christopher.m.andrews@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Pre-Solicitation Synopsis Initial Outfitting and Transition Services RFP# W912DY-13-R-0013 NAICS 541614 - Process, Physical Distribution, and Logistics Consulting Services Pre-Solicitation Synopsis for a Single Award Task Order Contract (SATOC) The U.S. Army Engineering and Support Center, Huntsville (CEHNC) is soliciting proposals on an unrestricted basis for initial outfitting and transition services under solicitation W912DY-13-R-0013. In order to accomplish this mission, CEHNC proposes to award a Firm Fixed Price (FFP) SATOC commercial services contract. This is NOT a Request for Proposal (RFP). It is anticipated that an RFP will be issued approximately 15 days after the release of this announcement. Under this proposed initial outfitting and transition services acquisition, the contractor will provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to provide project support for planning, outfitting, and transitioning the staff and patients associated with healthcare construction projects. The scope of this services acquisition includes Military Health System compatible comprehensive project management; comprehensive interior design development; comprehensive equipment planning; equipment purchasing; transition and relocation planning; receipt, storage and warehousing of new and existing equipment; installation, technical inspection, and training for equipment/systems; and final turnover, close-out and post-occupancy evaluations for identified construction projects. The actual outfitting and transition services under this acquisition will be solely in the Republic of Korea (ROK). The North American Industry Classification System (NAICS) code for these services is 541614; Process, Physical Distribution, and Logistics Consulting Services. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov prior to submission of Phase I proposals. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to prospective offerors without charge. Firms can search for the solicitation by solicitation number, W912DY-13-R-0013. Firms can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors for this acquisition are listed below: FACTOR 1 - Technical Capability, FACTOR 2 - Past Performance, and FACTOR 3 - Price and other Price-related Information These factors will be broken down further in the associated RFP. Award will be made to an Offeror whose technical submittal, past performance and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors must be able to procure U.S. Food and Drug Administration (FDA) approved and Underwriters Laboratories (UL) certified equipment. It is the intention of CEHNC to award a SATOC, FFP commercial services contract under FAR Part 12 and FAR Part 15. This contract will have an ordering period of five (5) years, with a one (1) year base period of performance and four (4) optional periods of performance from September 2013 to September 2018. The Government reserves the right to reject any and all offers. This solicitation will be available on or about 13 June 2013. Note: Response Date referenced under General Information does not refer to the proposal due date. The estimated proposal due date is on or about 12 July 2013 and will be stated in the solicitation (W912DY-13-R-0013). Points of Contact: Christopher Andrews, Contract Specialist: christopher.m.andrews@usace.army.mil Shirley Martin, Contracting Officer: shirley.a.martin@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY13R0013/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN03046011-W 20130427/130425234949-913a14429a03fe532810f459aa595e95 (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 |