Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2013 FBO #4200
SPECIAL NOTICE

Z -- Installation Support Services

Notice Date
5/23/2013
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACC-RSA - (SPS), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W9124P13R0010
 
Archive Date
5/23/2014
 
Point of Contact
George Crittenden, 256-842-7508
 
E-Mail Address
ACC-RSA - (SPS)
(george.b.crittenden@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached DRAFT Request for Proposals (RFP), W9124P-13-R-0010, for the U.S. Army Garrison-Redstone Command (USAG-Redstone) is issued for informational purposes pursuant to Federal Acquisition Regulation (FAR) 15.201. The U.S. Army Garrison-Redstone provides a wide range of Installation Support Services (ISS) to the Aviation and Missile Life Cycle Management Command and Program Executive Offices, as well as tenant and satellite offices all of which are located on Redstone Arsenal, Alabama or in the Huntsville, Alabama area. The purpose of this performance-based service acquisition is to satisfy recurring requirements for ISS consisting of mail pickup and distribution, warehousing, receiving/storing/moving/issuing classes I-X (except V), asset management, retail supply services, facilities maintenance, HVAC service, landfill operations, snow/ice removal/street sweeping, miscellaneous engineering, water. The DRAFT RFP is intended to provide you with the anticipated solicitation requirements prior to issuance of the formal/final RFP. A pre-proposal conference and site visit will be held for this acquisition on TBD at Redstone Arsenal, AL (See Section L for more information). This will be the only pre-proposal conference and site visit. Please note that there will be an attachment for questions and answers in the formal/final solicitation. The formal/final RFP will be issued on or about June 19, 2013. Please note, the DRAFT RFP is considered to accurately reflect the proposed process and parameters for this acquisition, the solicitation is subject to review and approval prior to release of the formal/final RFP. Changes as a result of the review and approval process may significantly alter the formal/final RFP requirements. This requirement will be acquired as a total set aside acquisition for exclusive competition under the Small Business Administration 8(a) program. The North American Industry Classification System Code (NAICS) is 561210 with a small business size standard of $35.5M. The resulting hybrid Cost Plus Incentive Fee (CPIF)/Firm-Fixed-Price (FFP) contract will encompass a potential four-year period of performance, a base period of one-year and three one-year option periods. There is no guarantee the options on the follow-on years will be exercised. CPIF line items will be used for the majority of the Performance Work Statement (PWS) which cannot be sufficiently be defined to solicit proposals on a FFP basis. The government will select for award the proposal which represents the best value to the government using the quote mark Tradeoff quote mark method source selection process. The tradeoff process is appropriate when it is in the best interest of the Government to consider award to other than the lowest price offeror or other than the highest technically rated offeror. The Government does not intend to acquire a commercial item using Part 12, refer to Numbered Note 26.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22d2d0d1609abce9cd42fc5fadb191c4)
 
Record
SN03070028-W 20130525/130523234838-22d2d0d1609abce9cd42fc5fadb191c4 (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.