Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2015 FBO #4899
MODIFICATION

R -- RFI W560MY-15-R-BCAT is for US Army Contracting Command-Rock Island. This notice is for market research only of Base Closure Assistance Teams in Afghanistan. This notice does not constitute a solicitation for proposals.

Notice Date
4/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W560MY-15-R-BCAT
 
Response Due
4/27/2015
 
Archive Date
6/21/2015
 
Point of Contact
Samuel Guzzo, (309) 782-0335
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(samuel.guzzo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Purpose The purpose of this notice is to obtain information from persons, companies, and organizations with a proven track record of success who are interested and capable of providing the services described below. This sources sought notice is for information and planning purposes only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. The BCATs will assist in facilitating the retrograde process by coordinating the logistics and deconstruction of bases in the Combined/Joint Operations Area - Afghanistan (CJOA-A). The BCATs will organize, coordinate, and assist units with the key aspects of redeployment associated with base closures and transfers to support critical timelines and accountability practices. Key responsibilities include: Managing multiple concurrent project tasks, providing onsite expert assistance and recommendations to Base Operations Support-Integrator (BOS-I), Regional Commands (RC), Task Forces, and units on the retrograde process, developing schedules, formulating work plans, providing recommendations to remain on schedule or on reallocation of resources, and reporting progress and tracking metrics to USFOR-A Joint Engineer Directorate (JENG) Theater Transition Team. The BCATs will augment the existing eight US military teams in theater. 2. Information requested a. Provide specific examples of your recent experience as it relates to BCAT per draft PWS or related types of contracts. Indicate the types of contracts utilized and document your organization's ability to work in a DOD environment, whether your firm acted as the prime vendor or a subcontractor on the effort, and number of contractor personnel engaged in the effort. b. Describe your organization's efforts to reduce costs associated with similar efforts in the past and the quantitative results of those cost-reduction efforts. c. What types of information would you require to provide a complete and accurate technical and cost response to a Request for Proposal for these services? d. What performance metrics, technical and managerial, would you recommend to the Government over the term of a hypothetical contract to validate your successful performance of the O&M mission? How much transition time would be required? e. Please identify your SBA certified business size/NAICS codes as well as any socio-economic designations your firm has received. 3. Submission Instructions and Formatting Requirements a. Information responses should be from U.S. DoD contractors only and should not exceed ten pages not including cover page. b. The following is a suggested submission organization: i. A cover sheet including the RFI number, company name, CAGE code, address, current Facility Security Clearance, small business status including any applicable socioeconomic category, and technical point of contact with email address and telephone number. ii. Responses to the questions in Section 2 of this RFI, above. iii. No cost or pricing information should be provided. Any cost or pricing information received will be deleted and destroyed. c. Responses will be considered privileged commercial information and protected from disclosure under exemption (b)(4) of the Freedom of Information Act. Responses will not be shared outside the U.S. Government and U.S. Government support contractors. d. Responses will not be returned. e. No classified or FOUO information should be included in your response. f. Please submit responses as a PDF attachment via email to: Samuel.guzzo.civ@mail.mil Please place the RFI number for this announcement, and only the RFI number in the subject line of your email. All relevant information is included in the PDF attachment; other information such as the body of the email message will be discarded and not reviewed. You will receive a confirmation that your message has been received. If there is a problem with the attachment submitted, you will be notified and provided an opportunity to re-send. g. Responses should be received no later than 4 May 2015 12:00 PM Central Standard Time. Any response received after this date may be considered but may not be included in subsequent refinement of the requirement and development of a solicitation. Please see attached Draft Performance Work Statement (PWS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4046a3ef2cdd6b3869b2dff59db1008c)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03707999-W 20150424/150422235414-4046a3ef2cdd6b3869b2dff59db1008c (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.