Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2018 FBO #6060
SOLICITATION NOTICE

R -- Foreign Military Sales (FMS) Logistics Waypoint Kabul, Afghanistan

Notice Date
6/25/2018
 
Notice Type
Presolicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, ECC-AFG (W91B4N) TCC East, APO, APO AE, Non-U.S., Afghanistan
 
ZIP Code
00000
 
Solicitation Number
W91B4N-18-R-2011
 
Point of Contact
Horacio Fernandez, Phone: 3184815160, ,
 
E-Mail Address
horacio.n.fernandez.civ@mail.mil, centcom.bagram.usfor-a.mbx.rcc-a-service-team-1@mail.mil
(horacio.n.fernandez.civ@mail.mil, centcom.bagram.usfor-a.mbx.rcc-a-service-team-1@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Foreign Military Sales Logistics Waypoint for the Afghanistan National Army (ANA) and Afghanistan National Police (ANP) in Kabul, Afghanistan GENERAL INFORMATION Document Type: Solicitation Solicitation Number: W91B4N-18-R-2011 Classification Code: Housekeeping - Warehousing/Storage DESCRIPTION The United States (US) Government is publishing this notice in accordance with Federal Acquisition Regulation (FAR) Subpart 5.201. This notice shall NOT be considered a request for proposal, quotation, or an invitation for bid nor does it guarantee or exclude your participation in the forthcoming acquisition process. The Security Assistance Office requires a logistics waypoint for Foreign Military Sales (FMS) cargo arriving in Afghanistan, prior to distributing the equipment to the Afghanistan National Defense Security Forces (ANDSF). Over 90% of FMS equipment purchased for the ANDSF flows through this logistics checkpoint, and the checkpoint serves as a method to input equipment into an accountability system (Core IMS), as well as a temporary storage facility to afford coalition advisors time to train and advise Afghan partners on the use, storage, or transportation of the equipment that comes in. The site of the logistics waypoint must have a fenced storage area of at least 145,000 square meters, with equipment and personnel for the purposes of receiving, inventorying, storing, and delivering materiel. The site must be within Kabul city limits, and the facility will be managed and controlled by the contractor. The logistics waypoint requires a minimum of at least 20,000 square feet of rectangular covered storage, with at least 15 feet of clearance off of the ground. Additionally, the site must have two (2) twenty (20) foot or forty (40) foot refrigerated storage containers capable of maintaining a temperature of 2-8 degrees Celsius, with a backup power source and temperature alarm system. The anticipated North American Industry Classification System (NAICS) code for this requirement is 493110 - General Warehousing and Storage, with a Size Standard of $27,500,000.00. This U.S. industry comprise establishments primarily engaged in providing guard and patrol services, such as bodyguard, guard dog, and parking security services. The anticipated Product Service Code is S206, Housekeeping - Guard. The US Government hereby notifies potential offerors that the solicitation and any subsequent amendments to the solicitation may only be available by downloading the documents at https://www.fbo.gov. It is the responsibility of interested offerors to monitor the Government Point of Entry via the Internet at https://www.fbo.gov for additional information, to include future information, pertaining to this requirement. The Government anticipates release of the solicitation on or about 1 July 2018. The requirement may consist of a twelve (12) month base period, two twelve (12) month options under FAR Clause 52.217-9 - Option to Extend the Term of the Contract, and up to a six (6) month option under FAR Clause 52.217-8 - Option to Extend Services. All interested vendors that want to participate and submit a proposal in response to a future solicitation must have an active registration Joint Contingency Contracting System (JCCS). Lack of registration in the SAM or JCCS database will make an offeror ineligible for award. The information and registration can be accomplished at: https://www.jccs.gov/olvr/bta_olvr_reg_guide_faqs.aspx. In addition, all subcontractors at all tiers, who the prime contractor will contract with during the life of the contract, shall be registered in JCCS at the time of proposal. SAM Registration: Only vendors who are from the United States shall be registered and current in the System for Award Management (SAM) database and have an active Dun & Bradstreet (DUNS) number at the time of proposal submission. Interested vendors can find more SAM information at the following website: https://www.sam.gov/portal/SAM/#1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/287119f48a2872cc614f68c45b3b0ab5)
 
Record
SN04968054-W 20180627/180625231150-287119f48a2872cc614f68c45b3b0ab5 (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.