Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2014 FBO #4522
SOURCES SOUGHT

S -- Sources Sought for Gunnery Range Services at Fort Rucker, Alabama

Notice Date
4/10/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC - Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000
 
ZIP Code
36362-5000
 
Solicitation Number
W9124G-14-R-XXXX
 
Response Due
4/21/2014
 
Archive Date
6/9/2014
 
Point of Contact
Chris Martin, 334-255-3918
 
E-Mail Address
MICC - Fort Rucker
(christopher.martin10@us.army.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
1. Sources Sought. The Mission and Installation Contracting Command (MICC)-Fort Rucker, AL is seeking information ONLY on Economically Disadvantaged Woman-owned Small Businesses (EDWOSBs) that are capable of providing gunnery range and training complex operations, maintenance, and repair services at Fort Rucker, AL. The contractor must furnish all personnel, vehicles, labor, equipment, repair parts, and supplies including Government reimbursed supplies. The gunnery ranges reside at Fort Rucker, AL. MICC-Fort Rucker requests information in regards to which firms would be interested in competing for these services. We request a business case package in which a convincing argument is made as to your willingness to compete for the requirement, your capability to provide the services, and the feasibility to the U.S. Army as to any recommendations that you make to enhance the competitive nature of this action. The services to be performed shall include (1) fabricate, requisition, store, maintain and operate equipment and targets for operation of the Aviation Gunnery Range (AGR); (2) requisition, store, maintain and operate equipment and targetry for operation of the other ranges and training facilities listed herein; (3) perform organizational, direct support/general support (DSGS), preventive maintenance, and repair on range materials, computer controlled hardwired target devices, radio controlled solar powered target devices, and moving targets; (4) operate moving and stationary targets as required by the using unit; (5) inspect, maintain, and repair the range and training complex and related real property and appurtenances including, but not limited to, target berms, service roads, permanent foxholes and bunkers, drainage pipes and systems, sediment control structures, terraces, fences and gates, parking lots, vegetation control, electrical power, and data lines from the entrance of administrative areas to all targets and buildings; (6) perform range supply, maintenance, administrative and operational functions as specified herein; (7) operate the Range Control Center; (8) perform mowing and vegetation control of LOS areas, road right of ways and range areas not contracted to DPW; (9) Provide operational Aviation Vertical Obstruction Identification (AVOID) support for Fort Rucker, Alabama by managing, operating, providing technical support, deploying and sustaining the AVOID database; and (10) prepare and submit reports as summarized in Technical Exhibit (TE) 1. Maintenance and repair shall consist of recurring and unscheduled work. Recurring services (preven tive maintenance) include, but are not limited to, inspections, targets and target subsystems, firing positions, signs, fences, gates/barriers, moving target storage buildings, classrooms, range markers, road grading, vegetation control, sediment control structure drains, and mowing. Unscheduled services (repair) include, but are not limited to, unserviceable targetry, erosion problems, beaver dams, road washouts, electrical, and data cable problems. The contractor shall provide maintenance to meet operational standards specified herein on all scheduled firing days. 2. Background. The Directorate of Plans, Training, Mobilization and Security (DPTMS) mission is to serve as the staff proponent for contingency and mobilization operations, training support operations, airfield/airspace, ranges, security, and foreign disclosure programs, installation educational support programs, and weather forecast operations. The objectives are to provide gunnery range and training complex operations, maintenance, and repair support services. 3. Technical/Functional Requirements. The contractor shall furnish all personnel, vehicles, labor, equipment, repair parts, and supplies including Government reimbursed supplies, except as specified herein as Government furnished. The services to be performed shall include (1) fabricate, requisition, store, maintain and operate equipment and targets for operation of the Aviation Gunnery Range (AGR); (2) requisition, store, maintain and operate equipment and targetry for operation of the other ranges and training facilities listed herein; (3) perform organizational, direct support/general support (DSGS), preventive maintenance, and repair on range materials, computer controlled hardwired target devices, radio controlled solar powered target devices, and moving targets; (4) operate moving and stationary targets as required by the using unit; (5) inspect, maintain, and repair the range and training complex and related real property and appurtenances including, but not limited to, target berms, service roads, permanent foxholes and bunkers, drainage pipes and systems, sediment control structures, terraces, fences and gates, parking lots, vegetation control, electrical power, and data lines from the entrance of administrative areas to all targets and buildings; (6) perform range supply, maintenance, administrative and operational functions as specified herein; (7) operate the Range Control Center; (8) perform mowing and vegetation control of LOS areas, road right of ways and range areas not contracted to DPW; (9) Provide operational Aviation Vertical Obstruction Identification (AVOID) support for Fort Rucker, Alabama by managing, operating, providing technical support, deploying and sustaining the AVOID database; and (10) prepare and submit reports as summarized in Technical Exhibit (TE) 1. Maintenance and repair shall consist of recurring and unscheduled work. Recurring services (preven tive maintenance) include, but are not limited to, inspections, targets and target subsystems, firing positions, signs, fences, gates/barriers, moving target storage buildings, classrooms, range markers, road grading, vegetation control, sediment control structure drains, and mowing. Unscheduled services (repair) include, but are not limited to, unserviceable targetry, erosion problems, beaver dams, road washouts, electrical, and data cable problems. The contractor shall provide maintenance to meet operational standards specified herein on all scheduled firing days. 4. Responses. Responses are limited to twenty-five (25) pages. The designated NAICS Code is 561210, Base Facilities Operation Support Services, with a small business size standard of $35.5M. It is required that all contractors doing business with the Government be registered with the System for Award Management (SAM) at website: https://www.sam.gov. Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent by email only to Jennifer McClure, Jennifer.l.mcclure14.civ@mail.mil NO LATER THAN 24 APR 2014. Any questions shall be directed to Jennifer McClure by email: Jennifer.l.mcclure14.civ@mail.mil. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FEDBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9b6e00d7fd9bb33b8095ddd1aa3d0326)
 
Place of Performance
Address: MICC - Fort Rucker Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380 Fort Rucker AL
Zip Code: 36362-5000
 
Record
SN03335904-W 20140412/140410235421-9b6e00d7fd9bb33b8095ddd1aa3d0326 (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.