SOLICITATION NOTICE
J -- Foreign Vehicle Maintenance Presolicitation Notice - Attachment 3 FVM Pricing Template - Attachment 2 Cover Letter for Past Performance Questionaire - Attachment 1 Past Performance Evaluation Questionnaire Form - Attachment 4 Wage Determination WWW.DOL.GOV - Attachment 5 DBA Wage Determination - W911W5-17-R-0006 FVM Draft Solicitation
- Notice Date
- 4/20/2017
- Notice Type
- Presolicitation
- NAICS
- 811198
— All Other Automotive Repair and Maintenance
- Contracting Office
- Army Contracting Command - ACC - WRN - INSCOM (W911W4)
- ZIP Code
- 00000
- Solicitation Number
- W911W5-17-R-0006
- Point of Contact
- Bradley W. Morris, Phone: 7034285737
- E-Mail Address
-
bradley.w.morris4.ctr@mail.mil
(bradley.w.morris4.ctr@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a notice of a proposed contract action issued in accordance with Federal Acquisition Regulation (FAR) 5.203(a). The Government intends to issue a solicitation and award one contract for the services described below. This acquisition is a 100% set aside for Small Businesses, as defined below. This notice is not a solicitation and information concerning solicitation release date is below at section titled "RELEASE OF SOLICITATION". The Government will use the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Subpart 15.3 for this acquisition. BACKGROUND The National Ground Intelligence Center (NGIC) supports the Army Foreign Materiel Program (FMP) by maintaining an inventory of foreign ground combat vehicles and related equipment at its Materiel Operations Branch, located at Aberdeen Proving Ground in Maryland. To meet FMP requirements for scientific testing and evaluation, it is necessary to provide routine service and repair for the inventory of vehicles in order to maintain them at an operational level for deployment purposes. Historically, four full time employee equivalents that possess skill sets common to commercial automotive and heavy equipment mechanics and non-mechanic shop support personnel have met the overall requirement. REQUIREMENT AND TYPE OF SERVICE The contractor shall furnish all personnel, management, transportation, material (including common shop supplies) and equipment, except as provided herein as Government furnished, to perform the maintenance and repair of foreign ground combat vehicles and associated equipment at the National Ground Intelligence Center's Materiel Operations Branch, Aberdeen Proving Ground (APG), Maryland. Maintenance tasks consist of inspecting, servicing, cleaning, adjusting, repairing, overhauling, modifying equipment and/or its associated system components (to include demilitarization of designated equipment and attached large caliber 14.5 or larger machine guns, the deconstruction of equipment prior to depot turn in and the preparation of equipment or system for long-term storage), providing technical assistance (to include occasional transportation or operation of systems in support of NGIC assigned tasks), quality control record keeping and to also provide for the inspection of organic U.S. Material Handling Equipment, consisting of Forklifts and Pallet jacks. A draft solicitation issued with this notice provides all type support services for the requirement. Additionally, the contractor shall apply for a security clearance of "Secret" for all employees within 60 days of employment and as described by DOD 5220.22 4, Para 111. This acquisition is subject to Service Contract Act. However, the draft solicitation omits the Wage Determination (WD) for Harford County, MD due to systemic problems to retrieve the WD from website https://www.wdol.gov/Index.aspx. RELEASE OF SOLICITATION The Government will set aside the entire requirement for Small Business concerns. The applicable NAICS code for this requirement is 811198 All Other Automotive Repair and Maintenance, which has a size standard of $7.5 million in annual receipts. Concerns with annual receipts less than or equal to $7.5 million will be considered small businesses for this acquisition. The Government intends to issue a Request for Proposals (RFP) on or about 5 May 2017. Proposals will be due 30 calendar days following release of the RFP. The Government will only consider proposals offered from responsible small businesses. The Government intends to award no more than one firm fixed priced, Purchase Order contract. Below are the term performance periods. Phase-in, 30-days, 24 August 2017 through 22 September 2017. Base Period, 6-months, 23 September 2017 through 22 March 2018. Option Period 1, 1 Year, 23 March 2018 through 22 March 2019. Option Period 2, 1 Year, 23 March 2019 through 22 March 2020. Option Period 3, 1 Year, 23 March 2020 through 22 March 2021. Option Period 4, 1 Year, 23 March 2021 through 22 March 2022. FAR Clause 52.217-8, Up to 6-months, 23 March 2022 through 22 September 2022. QUESTIONS Direct questions about this acquisition to Mr. Bradley W. Morris, Contract Specialist at phone number (434) 980.7354 or email address bradley.w.morris4.ctr@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a41e8e1bab5514dd8c4e10e1c4388a50)
- Place of Performance
- Address: 4727 Deer Creek Loop, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04479483-W 20170422/170420235218-a41e8e1bab5514dd8c4e10e1c4388a50 (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 |