Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
SOURCES SOUGHT

R -- Risk Mitigation RFI for EAGLE Delay

Notice Date
1/9/2015
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W9124J-11-C-0022-P00060
 
Response Due
1/19/2015
 
Archive Date
3/10/2015
 
Point of Contact
Kelly Wright, 785-239-4457
 
E-Mail Address
MICC - Fort Riley
(kelly.wright4@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE REQUESTING SPECIFIC AND INNOVATIVE RISK MITIGATION SOLUTIONS FOR AN INTERIM CONTRACT REQUIREMENT AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR IS IT THE INTENT OF THE MISSION & INSTALLATION CONTRACTING COMMAND (MICC), FORT RILEY, KS, TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION (RFI) OR OTHERWISE PAY FOR THE INFORMATION SOUGHT. 1. INFORMATION: MICC, Fort Riley, KS is seeking preliminary marketing information, from capable and reliable sources who can provide specific innovative solutions that mitigate the inherit risk associated with a short effort. An interim contract solution is necessary to minimize the current lapse in services between the existing contract and issuance of the follow-on requirements contract awarded under the Enhanced Army Global Logistics Enterprise (EAGLE) Broad Agency Announcement process. Respondents must address risk associated with inventory transfer and accountability, staffing and personnel change-over, clearance procedures etc... that would typically drive cost risk not offset by competition. The EAGLE solicitation under the BOA is in the award process. Delays necessitate an interim coverage for a short period of time between lapse of contract and final award and transition to the new contract most likely only a few months. The North American Industry Classification System (NAICS) classified for this effort is 561210, Facilities Support Services, with a current business size of $35.5M. IMPORTANT: Please note this is NOT a replacement for the ongoing Fort Riley EAGLE competition. 2. PROJECT SCOPE: This possible future requirement will be for field logistics and maintenance services for tactical and non-tactical equipment in two levels of field support (organizational and direct) for the Logistics Readiness Center (LRC) at Fort Riley, KS. BROAD DESCRIPTION of WORK: In order to support Fort Riley KS the Army has entrusted the logistics operations - Maintenance, Supply, and Transportation, specifically, to the installation logistics support activity, here in referred to as the LRC. The LRC is directly responsible for providing the required support services in the aforementioned areas in accordance with AR 5-9 Area Support Responsibilities. Work under this effort will largely be performed on and in the vicinity of Fort Riley, KS with three Air Port of Departures (APOD) at Manhattan Regional Air Port (KMHK) (4.47 Miles from Fort Riley); Salina Regional Airport (KSLN) (48 miles from Fort Riley); and Forbes Field Airport, Topeka Kansas (KFOE) (62 Miles from Fort Riley) The LRC will identify any travel requirements under this effort. These activities will directly and indirectly support training of forces; preparing forces for deployment; sustainment and redeployment in support of current conflicts; reset forces; and to rebuild readiness for future deployments and contingencies to meet the demands of a persistent conflict in the 21st Century. The goal is to obtain efficient, cost-effective services through continuous improvement programs and using industry best practices where applicable while ensuring compliance with all applicable laws, rules and regulations. Customers for this effort may include Department of the Army; Coalition partners; foreign Governments; and other Department of Defense agencies. Functional and programmatic services may be required by any Army organization, at any level, including Army Commands (ACOM), Army Service Component Commands (ASCC), and Direct Reporting Units (DRU) as well as other U.S. Agencies, Coalition partners, foreign Governments with whom the Army has entered into an agreement. The Fort Riley LRC consists of four primary divisions; Plans and Operations (P&O); Materiel Maintenance Division (IMMD); Installation Supply & Services Division (ISSD); and the Installation Transportation Division (ITD). IMMD provides Field and Sustainment level maintenance support to tactical units, TDA units and Government civilian activities. ISSD provides supply & services support to include Central Issue Facility (CIF) Operations, Hazardous Material (HAZMAT) Operations and Retail Supply Operations through the classes of supply I, II, IIIP, IIIB, IV, V, VII and IX. ITD includes: Freight Branch, Rail Section, Unit Movement Branch (UMB), Personal Property Shipping Office Operations (PPSO), Personnel Movement Support, and Transportation Motor Pool (TMP) management for the Installation. 3. SUBMISSION REQUIREMENTS: All interested firms shall submit their innovative solutions, and specific unique capabilities that exist that will facilitate success to kelly.wright4@us.army.mil. The Army does not require general statement of capability. Submission shall be received no later than the 10th day after this notice is posted and shall not exceed four (4) one-sided, 8-1/2 x 11 pages. This synopsis is only for market research purposes. This RFI does not constitute a request for proposal nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of response to this notice. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. If the recipients believe that the Army is unreasonably restricting competition, please contact the Advocate for Competition, Dean Carsello at dean.m.carsello.civ@mail.mil. Concerns must address the title of this requirement, reference this synopsis, and specifically why the respondent believes the Army is unreasonably restricting competition. No hard-copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Interested offeror's shall address the specific innovative risk mitigation for this requirement through this RFI in written format via email to kelly.wright4@us.army.mil. Calls and fax transmittals in response to this RFI will not be accepted. Personal visits for discussing this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9642a09caddce3a53a94903d928c44eb)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN03613158-W 20150111/150109234707-9642a09caddce3a53a94903d928c44eb (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.