Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SPECIAL NOTICE

N -- Request for Information (RFI) - Fort Polk Rotational Life Support Services

Notice Date
8/20/2014
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124715RFPRLS
 
Archive Date
8/20/2015
 
Point of Contact
Brandon A. Hawkins, 910-394-6304
 
E-Mail Address
MICC Center - Fort Bragg
(brandon.a.hawkins.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W91247-15-R-FPRLS Notice Type: Request for Information (RFI) for Rotational Life Support, Joint Readiness Training Center, Fort Polk, LA Background: The Mission and Installation Contracting Command - Fort Bragg (MICC-FB) is hereby soliciting information about potential sources for providing rotational life support services to be performed at the Joint Readiness Training Center (JRTC), Fort Polk, Louisiana. This procurement is a follow-on requirement to the current Rotational Life Support Contract. The NAICS code assigned to the acquisition is 561210, Facilities Support Services with a corresponding small business size standard of $35.5M. The contractor shall provide essential life and operational support and sustainment services required at Reception, Staging, Onward movement and Integration Support Base (RSOI Base), Intermediate Staging Base (ISB), Fire Base (FB's), villages and live fire logistics support area at Peason Ridge. Services required include hauling of potable water for hygiene and hydration, furnishing and maintenance of generators 24/7, portable light sets (include fueling) required at locations that do not have commercial power, sleep and Dining Facilities (DFAC) tents, hygiene units, tables, chairs, and hand wash stations required to provide basic life and operational support during the rotations. Purpose of this RFI: The purpose of this special notice is to request information on the capabilities of potential Offerors to provide the services described in the Draft PWS and to determine the potential for a small business set-aside. Information received as a result of this section will be considered by the Government and used for acquisition planning purposes only. Please note, decision to set-aside this requirement for small business or to compete it through full and open procedures has not yet been determined. Submission Guidelines: Interested Offerors having the required capabilities / qualifications to support some or all of the work described in the Draft PWS are asked to submit a capability statement. Capability statements shall contain the following information: (1) Company name and point of contact information (address, telephone, e-mail); (2) DUNS number and CAGE code; (3) Size of company (i.e. 8(a), HUBZone, WOSB, SB, VOSB, SDB, SDVOSB, or all others); (4) Number of employees; (5) Revenue for the past three (3) years; and (6) Address the following items: (a) Discuss any experience you have providing the following services to either the Government or Commercial sources: transporting potable water, furnishing and maintaining generators, furnishing and maintaining portable light sets (include fueling) at locations without commercial power, furnishing a large volume of tents (20 or more) ranging in size from 20ft x 30ft to 60ft x 150ft, installing tent flooring, installing and maintaining electrical power to supply grid from the generators, installing climate control and power distribution systems in tents or similar temporary structures; providing hygiene units, tables, chairs, or hand wash stations. Please clearly address what functions your firm has experience with providing and provide a negative response to the tasks that your firm does not possess the capability to support. (b) Do you have any experience with providing 24/7 on-call support for extended periods of time (7-14 days)? Address the required response time for any cited experience. (c) Do you have any experience with maintaining generators and electrical connectivity 24 hours per day for an extended period of time (7-14)? Address the required response time for any electrical failures and service calls. (d) Do you have any experience with transporting large quantities of various types of equipment and supplies? Address the type and volume of supplies transported. (e) Do you have any established teaming agreements, partnerships, or sources of supply that can be utilized to obtain the tents, generators, tables, chairs, light sets, and other supplies or equipment the contractor is required to provide in accordance with the Performance Work Statement (PWS)? (f) What is your maximum capacity for providing tents of the required specifications, generators, light sets, hygiene units, cots, tables, and chairs? (g) Do you have any experience establishing temporary structures for groups in excess of 500 people? (h) Address any other relevant experience not explicitly addressed in the preceding questions (a-g) and discuss how the cited experience is relevant to the tasks required by the PWS. Offeror's responses shall not exceed 10 pages, single-sided - standard 8 X 11 pages using not less than 10-pitch font and shall describe the Offeror's technical capability in sufficient detail to make an informed determination of the Offeror's ability to successfully perform the services described in the Draft PWS. If a teaming arrangement and/or major subcontractor(s) are being contemplated, the Offeror should clearly define the roles and responsibilities of each teaming member/subcontractor and their respective past performance/experience. This information is due no later than Wednesday, 27 August 2014 at 10 a.m. Eastern Time. Please e-mail responses to the point of contact (POC) listed below. Please note that electronic submissions are preferred. All questions shall be directed to the POC listed below. Note: Interested parties are encouraged to provide comments and/or recommendations regarding any ambiguities or potential areas for improvement in the PWS; however, this information is not required with the submission. Point of Contact (POC): Brandon A. Hawkins Contracting Officer brandon.a.hawkins.civ@mail.mil Disclaimer: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services. No solicitation documents exist at this time but a solicitation package is forthcoming pending analysis of the market data collected. Participation in this market research effort is strictly voluntary. The Government will not pay for information submitted in response to this sources sought and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/72341f8c609792103b8ca596046da48c)
 
Record
SN03472076-W 20140822/140820235113-72341f8c609792103b8ca596046da48c (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.