Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2015 FBO #4794
SOLICITATION NOTICE

S -- Fort Greely Ballistic Missile Defense (BMD) Mission Support Services (MSS), Fort Greely, Alaska

Notice Date
1/7/2015
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W9126014R0001
 
Response Due
2/27/2015
 
Archive Date
3/29/2015
 
Point of Contact
Gina Garcia, 719-554-8716
 
E-Mail Address
U.S. Army Strategic Command
(virginia.garcia35.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
In accordance with the Federal Acquisition Regulation (FAR) part 5.203(a) this announcement serves as preliminary notice of the Government?s intent to issue a solicitation for Ballistic Missile Defense System (BMDS) Mission Support Services (MSS) at Fort (Ft) Greely, Alaska. The US Army Contracting Command-Redstone Arsenal (ACC-RSA) at Colorado Springs, CO intends to issue a solicitation for non personal services for BMDS MSS at Ft Greely, Alaska. The contractor shall provide all personnel, supervision, transportation, tools, supplies, equipment, and materials (other than those specified as Government furnished), necessary to perform services in the following functional areas as required by the Performance Work Statement (PWS). The functional areas include: (1) electrical power generation and distribution and 24/7 backup power generation and distribution to the Missile Defense Complex (MDC); (2) facility maintenance to mission critical facilities within the MDC and support facilities in United States Army Garrison USAG) cantonment areas on Ft Greely; (3) MDC Integrated Electronic Security System IESS) maintenance and repair; (4) MDC access control; (5) airfield operations to include air traffic control (ATC) services; (6) fire alarm maintenance and repair; 7) civil, mechanical, and electrical engineering services; (8) environmental engineering and compliance; (9) lodging and housekeeping service; (10) custodial service; and (11) Defense Enrollment Eligibility Reporting System (DEERS)/Real-Time Automated Personal Identification System (RAPIDS) administration. The scope of this effort will support the Ft Greely Garrison, MDA, and 49th Missile Defense Battalion (SMDC); as well as Ft Greely tenant organizations. The solicitation, when published, will result in a single award hybrid contract consisting of Firm Fixed Price CLINs, Cost-Plus-Fixed-Fee CLINS, and Cost Reimbursement (no fee) CLINS. Contract performance will consist of a 90 day transition & phase-in period, a one year base period of performance with 4 one year option periods, and the potential of two additional award terms. The first award term will consist of a base year and a one year option. The second award term will consist of a base year and 2 one year options. The total potential contract duration can be as long as 10 years if all award terms are granted. In addition, a 6) month extension period may be exercised as allowed by FAR 52.217-8 Option to Extend Services if determined necessary by the Government. In accordance with FAR 52.237-1, Site Visit, the Government will host a pre-proposal site visit at Ft Greely, Alaska on Wednesday and Thursday, 11 and 12 February 2015. While not mandatory, offerors are highly encouraged to participate in the site visit to inspect the site where services will be performed and to satisfy themselves on the general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. In order to gain access to Ft Greely for the pre-proposal site visit, a written (email) request containing the following information must be sent to the Contracting Officer and/or Contract Specialist: - Company Name - Cage Code - Full Name of attendee (Last, First MI) - Contractor Common Access Card (Yes or No)? If no, provide the following: - Full Social Security Number - Driver License Number, State of issue, and expiration date - Date of Birth - City/State of Birth - US Citizen (Yes or No) & If no, provide Alien Registration Number Interested parties with valid contractor common access cards need only provide their Company Name, Cage Code, and Full Name of the attendee(s). Due to the limited amount of space, interested parties are asked to limit their participation to not more than three attendees. Please email your requests for attendance to Sven B. (Brian) Gaines, Contracting Officer at sven.b.gaines.civ@mail.mil, or to Virginia (Gina) Garcia, Contract Specialist at virginia.garcia35.civ@mail.mil. Attendance request must be received not later than 4:00 PM mountain time on Wednesday, 4 February 2015. Attendees whose data is received late may not be allowed access to Ft Greely. Participants are responsible for arranging their own transportation to the initial meeting point at Ft Greely Alaska. Bus transportation will be provided to all subsequent site visit locations and then back to the initial meeting point. A detailed itinerary and timeline will be provided to attendees after they have been cleared for installation access. The Government will not reimburse the contractor for any site visit expenses. The Ft. Greely BMDS MSS requirement will be solicited as a Small Business Administration Section 8(a) Set Aside. The applicable North American Industry Classification System code is 561210, Facilities Support Services with a small business size standard of $38.5M. Compliance with FAR 52.219-14, Limitations on Subcontracting (13 CFR 125.6 also known as the 50% rule) and 52.215-23, Limitations on Pass-Through Charges is mandatory. A formal Request for Proposal (RFP), when issued, will be made available on the Federal Business Opportunities (FBO) web site. Paper copies of the solicitation will not be provided. Offerors are responsible for checking FBO to obtain the solicitation and any amendments or other information pertaining to the solicitation; prospective offerors are encouraged to register for notification through FBO. All offerors must be actively registered in the System for Award Management (SAM), (https://www.sam.gov) to be eligible for award. In addition, vendors must ensure their Annual Representations and Certifications are updated and current. Points of Contact for this announcement are: Sven B. (Brian) Gaines, Contracting Officer, e-mail sven.b.gaines.civ@mail.mil and Virginia (Gina) Garcia, Contract Specialist, e-mail virginia.garcia35.civ@mail.mil. Please submit any questions regarding this announcement in writing by email. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/176cb7d2e70aa7822f284be460f10f54)
 
Place of Performance
Address: Directorate of Public Works, USAG, Fort Greely WC1CB7 Bldg 603 Fort Greely AK
Zip Code: 99731
 
Record
SN03610359-W 20150109/150107234256-176cb7d2e70aa7822f284be460f10f54 (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.