Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

Z -- Base Operations Support Services (BOSS) -Bridge Contract

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-15-R-0005
 
Response Due
5/8/2015
 
Archive Date
7/6/2015
 
Point of Contact
Monty Kurtz, 435-831-2501
 
E-Mail Address
MICC - Dugway Proving Ground
(monty.kurtz@us.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a Pre-Solicitation Notice for the U.S. Army Mission and Installation Contracting Command - Dugway Proving Ground (MICC-DPG) Solicitation No. W911S6-15-R-0005. The US Army Mission and Installation Contracting Command, Dugway Proving Ground intends to issue a solicitation for Base Operations Support Services (BOSS). PLEASE NOTE THAT THIS IS A BRIDGE CONTRACT WITH THE INTENT TO ISSUE A SOLE SOURCE AWARD TO THE INCUMBENT CONTRACTOR The Government is anticipating awarding a single hybrid Firm Fixed Price/Cost type bridge contract with a 12 Month Base Period with no options.. The Government reserves the right to award one or no contracts as a result of the solicitation. The North American Industry Classification System (NAICS) code is 561210 (Facilities Support Services), and the size standard is $38,500,000. When released, the formal solicitation, including amendments and documents, are anticipated to be available electronically within 10 days of this announcement via Fedbizopps.gov. Offeror must be registered in the System for Award Management (SAM) at SAM.gov prior to submission of proposal. It is the offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The Department of Defense (DoD) has designated Dugway Proving Ground (DPG) as a Major Range and Test Facility Base (MRTFB), to provide testing and support for chemical biological defense and related programs. As the primary chemical and biological defense testing center for DoD, the MRTFB belongs to a set of test installations; facilities; and ranges, which are regarded as quote mark national assets. quote mark These assets are sized, operated, and maintained primarily for DoD test and evaluation missions in support of major system acquisition programs [Acquisition Category (ACAT) I and ACAT II]. The MRTFB facilities and ranges are also available to commercial and other users on a reimbursable basis. The installation, which covers an excess of 800,000 acres, is located in the Great Salt Lake Desert situated approximately 90 miles southwest of Salt Lake City, Utah. This requirement is a re-procurement of Base Operations Support Services required by the Department of Public Works Office to obtain the following objectives: 1) Obtain services that provide healthy, safe spaces and reliable essential support services to DPG's soldiers and civilians; 2) Operate as an effective team in support of chemical and biological defense, Unmanned Aerial Surveillance (UAS), and related programs; 3) Obtain services that provide effective stewardship of Installation resources; 4) Obtain services that provide world-class maintenance and repair services while performing the contract; and 5) Obtain services that provide effective and efficient maintenance and repair at a fair and reasonable cost to the Government. Services include the following Functional Areas (FAs): FA 1 Contractor Resource Management FA 2 Facilities Engineering Services FA 3 Building and Structures FA 4 Utility Systems FA 5 Army Housing FA 6 Roads Maintenance FA 7 Grounds Maintenance FA 8 Contractor Acquired Property The performance outcome for this requirement entrusts the Contractor to provide support services identified and defined in the Performance Work Statement (PWS) at or above the acceptable quality levels identified in the Performance Requirements Summary (PRS) ensuring compliance with Federal, State, and Army regulations as stated in the preceding paragraph. The PWS and PRS will be released along with the Solicitation. It is anticipated that proposals will include the following volumes. Please note the structure and content of the Solicitation and the proposal requirements are subject to change. VOLUME I - General/Price Tab A: Exceptions/Assumptions Tab B: Solicitation Document (SF33) Tab C: Contract Line Items and Price Proposal Spreadsheet. Tab D: Representations & Certifications and Other Statements of Offerors. II - Mission Capability A- Organization B - Key Personnel C- Capabilities and Experience D- Quality Control Questions regarding the Solicitation must be submitted in writing via email to: monty.n.kurtz.civ@mail.mil. The Government will provide responses to questions through amendments to the Solicitation. The Government will not guarantee a response to any question and/or clarifications after the submission deadline in the Solicitation. Information regarding this requirement will be communicated via FBO. No telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5fd2c65406d28e27b2d7ce8c94661a47)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN03723230-W 20150509/150507234548-5fd2c65406d28e27b2d7ce8c94661a47 (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  © 1994-2020, Loren Data Corp.