SOURCES SOUGHT
R -- EAGLE Fort Irwin, CA - EAGLE FICA PWS
- Notice Date
- 5/19/2016
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J16R0170
- Archive Date
- 6/18/2016
- Point of Contact
- Andrea C. Lovell, Phone: 3097825164
- E-Mail Address
-
andrea.c.lovell.civ@mail.mil
(andrea.c.lovell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- National Training Center Mission Support Services PWS EAGLE Fort Irwin, CA PWS EAGLE Fort Irwin, CA Sources Sought Information is being collected for market research purposes and not as a request for proposal or as an obligation on part of the Government. The Government does not intend to award a contract on the basis of this market research and will not pay for information solicited but is interested in sources. The purpose of this notification is to identify parties that may have interest in and capability to respond to and comply with the Army's future logistics requirement for Fort Irwin, CA as part of the Enhanced Army Global Logistics Enterprise (EAGLE) Program. The Government is contemplating an acquisition to provide for a single logistics provider at Fort Irwin. These requirements would include National Training Center Mission Support Services (NTCMSS), requirements under the Logistics Readiness Center (LRC) being performed under an EAGLE Task Order and other requirements that fall under the functional areas of maintenance, supply and transportation at Fort Irwin, CA. There is a current Sources Sought Solicitation Number PANMCC-16-P-000-013069 which does not include the requirements under the LRC. This Sources Sought is being used to determine the feasibility of the EAGLE Program to accomplish all of these missions in one Task Order. Fort Irwin, California (FICA) is home to the National Training Center (NTC); this requirement is to provide support to the LRC, Installation/Garrison units and the approximately 10 Brigade Combat Teams (BCTs) that rotate through the NTC annually. The requirement is estimated at $70-$105 million annually with roughly 60% to 70% of the dollar value of the requirement being maintenance. Some of the U.S. Army Units include the U.S. Army Garrison, 11th Armored Cavalry Regiment, 916th Support Brigade, Operations Group, Medical Command, Army Sustainment Command and the Tri-State area National Guard and Reserve units. These requirements will directly and indirectly support training of forces, preparing forces for deployment, sustainment and redeployment in support of current conflicts, reset of forces, and rebuilding readiness for future deployments and contingencies to meet the demands of a persistent conflict in the 21st Century. 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, and foreign governments with whom the Army has entered into an agreement. Scope of Requirements: Provide all resources and management necessary to perform Mission Support Services (MSS) for Maintenance, Supply and Transportation at Fort Irwin, CA. Two draft Performance Work Statements (PWS) have been included in this announcement. One PWS is for NTCMSS requirements while the other PWS pertains to the LRC requirements being performed under the EAGLE task order. The major functional areas included in the work to be performed under these draft PWSs are: a. Government Furnished Property and Services b. Contractor Furnished Property and Services c. Theater Class III Supply Points (POL) d. Theater Ammunition Supply Point (TASP) e. Multi Class Warehouse Support, and Forward ASL"s "D, and "E" f. Theater Pre-positioned Operations and Equipment g. Government Furnished Equipment Maintenance Operations h. Petroleum Product Analysis Laboratory (PPAL) i. Civilian on the Battlefield Vehicle (COB-V) j. Logistics Support Operations (LSO) k. Weapons Access and Repair l. Materiel Maintenance Support m. Weapons Access and Repair n. Allied Trades o. Technical Inspections p. Repair Parts and Materiel Management Tasks q. Production Control r. Installation Supply and Services Division (ISSD) s. Operate the Central Issue Facility (CIF) t. Hazardous Material (HAZMAT) u. Transportation-General v. Personal Property Operations w. Unit Movements x. Passenger Movements y. Motor Pool Operations Submission Instructions: Interested Small Businesses that consider themselves qualified to perform all of the above listed services are invited to submit a response indicating their interest in participating in any formal solicitation for the Fort. Irwin task order by completing a white paper, not to exceed 15 pages, and in accordance with the following steps: Note: All Offerors who propose on EAGLE task orders must be an approved Basic Ordering Agreement (BOA) holder at the time of proposal submission. Additional information can be found at http://acc.army.mil/contractingcenters/acc_ri/eagle/. Potential Offerors who are not currently EAGLE BOA holders may respond to this announcement. step 1. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. Is your company considered to be a small business for purposes of performing services under NAICS code, 561210, Facilities Support Services (Small Business Size Standard - $38.5 Million) Yes _________________ No ____________________ Is your company considered to be in any of the small business socio-economic categories below for purposes of performing services under NAICS code, 561210, Facilities Support Services (Small Business Size Standard - $38.5 Million) Small Disadvantaged Business _____ 8(a) Contractor _____ Woman Owned Small Business _____ Service Disabled Veteran Owned _____ HUBZone _____ Other _____ step 2. Tailored capability statement to support Fort Irwin as a Single Logistics Provider addressing the particulars of the scope, magnitude, and complexity of the total effort. In this statement provide appropriate documentation supporting claims of organizational and staff capability to meet the effort identified in the PWS' included in this announcement. The statement should also address how the staff successfully handles multiple customers with competing priorities. step 3. Documentation on current financial resources that demonstrate an acceptable financial capability to perform the contract, to include; financial statement from the past completed year; open credit lines; plan to pay subcontractors if incrementally funded by the Government. Note: the financial statements will not be included in the 15 page limit count. step 4. Explanation of current status of accounting / business systems that can track multiple customers and support a contract with an estimated annual value of $70-105 million. step 5. Include your past experience as a prime contractor and sub-contractor if applicable, including any US Government contract and subcontract numbers and/or any commercial contracts when detailing your past experience. Identify past performance examples capable of meeting average annual dollar value thresholds for Maintenance at $35 Million, Supply at $5 Million, and Transportation at $5 Million. step 6. On the average, what percentage of the total contract effort does your company normally subcontract for, given the type of work listed by the scope of the requirement above? step 7. Include any other information deemed pertinent that will aid in the Government's assessment of the firm's capabilities. All information submitted will be retained in the contract office files as market research and will be used for Government purposes only. Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Please identify any proprietary information submitted. Any information received which is marked with a statement such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside the Government, except as required by law. Disclaimer: The anticipated EAGLE task order is still subject to change, and it may be determined that some services are brought back in-house to the Government or sourced under alternative mechanisms based on cost analysis and market research. Period of Performance: The Government anticipates awarding a base and four (4) one-year option periods to include Phase-In/Phase-Out period. All questions should be submitted to Army Contracting Command - Rock Island at usarmy.RIA.acc.mbx.eagle@mail.mil, with a subject line: Company name - FICA Market Research Q&A. Do not submit questions to Mission and Installation Contracting Command, Joint Base Lewis-McChord as they will not field questions on this sources sought. Your finalized document should be submitted to the Army Contracting Command - Rock Island (ACC-RI), no later than 1200 Central, Friday, 3 June 2016, at usarmy.RIA.acc.mbx.eagle@mail.mil with the subject line: Company name, FICA Market Research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a00348beb8718f033bcb812d005e797)
- Place of Performance
- Address: P.O. Box 105010, Fort Irwin, California, 92310, United States
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN04122329-W 20160521/160519234247-6a00348beb8718f033bcb812d005e797 (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 |