Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2016 FBO #5437
SOURCES SOUGHT

S -- Custodial, Ground Maintenance, Operations and Maintenance services at the following locations: Bagram Air Field (BAF), Kandahar Air Field (KAF), Marmal, Qargha, Kabul Area Office (KAO) at New Kabul Compound and Future TAA District Relocations

Notice Date
10/10/2016
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W5J9JE-17-T-XXXX
 
Archive Date
11/5/2016
 
Point of Contact
CHERITA, Phone: 5406656706
 
E-Mail Address
cherita.l.williams2@usace.army.mil
(cherita.l.williams2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W5J9JE-17-T- XXXX Sources Sought/Market Research for Custodial and Grounds Maintenance Service This is Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A market survey is being conducted to determine if there are adequate firms for the following proposed work. The government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. The Transaltantic Afghanistan (TAA) District, U.S. Army Corps of Engineers (USACE) intends to award firm fixed price contract. The propose contract will be a competitive firm fixed price contract. The proposed contract will be a competitive firm fixed price procured in accordance with FAR 15, Negotiated Procurement using the Lowest Priced Technically Acceptable. The Performance Work Statement will primarily be associated with USACE Facilities, Custodial, Ground Maintenance, Operations and Maintenance services at the following locations: Bagram Air Field (BAF), Kandahar Air Field (KAF), Marmal, Qargha, Kabul Area Office (KAO) at New Kabul Compound and Future TAA District Relocations. These new services will be for a Base twelve (12) months with three (3) twelve month Option Years. The NAICS Code for this project is 561210. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested firms shall submit your companies information. •A. A short Executive Summary of your company's prime area of business, capabilities, and qualifications. •B. A short narrative explaining any network of contractors/subcontractors within which your organization to provide the range of services, and capabilities identified below (no more than three pages at 12 point font) •C. Provide the name, position, address and phone number of your firm's point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. Narratives shall be no longer than five (5) pages. REQUIRED REGISTRATIONS Failure to have an active and completed registration in any one of the following databases may determine an offeror ineligible for award and removed from competition. A successful offeror with incomplete or expired registrations at the time of award may not be eligible for a contract. In such instances, the government will award to the next successful offeror who is eligible for award. Information contained within an offeror's registration must be current and valid. The responsibility of maintaining current information contained in an offeror's registration rests solely on the offeror. a. System for Award Management (SAM): http://www.sam.gov/ b. Joint Contingency Contracting System (JCCS): https://www.jccs.gov/ c. Afghan Investment Support Agency (AISA) License: http://www.aisa.org.af/ If an offeror is a joint venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. This is applicable to SAM, JCCS, and AISA. The government will not accept separate registrations and licenses for each separate entity representing the JV. An offeror's subcontractors are required to be registered and active in JCCS. In accordance with CENTCOM Clause 5152.225-5916, Mandatory Eligibility for Installation Access Responses should be submitted electronically via email to Celia.E.Cockburn@usace.army.mil and Cherita.L.Williams2@usace.army.mil on or before 21 October 2016 at 5:00pm Local Bagram, Afghanistan time. Reminder this is not a solicitation it is a SOURCES SOUGHT used for Market Research only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W5J9JE-17-T-XXXX/listing.html)
 
Place of Performance
Address: USACE, TAA HQ BAF, APO AE 09354, APO, Non-U.S., 09354, Afghanistan
 
Record
SN04300631-W 20161012/161010233101-4b82d025001f909eab9b021cb8a89fd9 (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.