Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOLICITATION NOTICE

R -- EAGLE BOA RFP

Notice Date
4/21/2020 9:04:48 AM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J20R0052
 
Response Due
5/4/2020 8:00:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
Lana G. Graw, Phone: 3097820502
 
E-Mail Address
lana.r.graw.civ@mail.mil
(lana.r.graw.civ@mail.mil)
 
Description
This announcement is for requirements falling under the scope of the Enhanced Army Global Logistics Enterprise (EAGLE) program.� This announcement covers requirements related to Army Materiel Maintenance Services, Retail/Wholesale Supply Services, and/or Transportation Support Services that fall within the scope of, and are designated for performance under, the EAGLE program and which emerge within the year after this annual synopsis is published, including but not limited to, the requirements specifically identified herein.� The Basic Ordering Agreement (BOA) Request for Proposal (RFP) will be the only opportunity contractors will have to obtain an executed EAGLE BOA in order to propose against the subsequent Task Order (TO) RFPs. The Army Contracting Command, Rock Island is�issuing a�BOA RFP` (Step 2 of the 3 step procurement process) applicable for all EAGLE (TO) requirements emerging this year.� Any responsible offeror may submit a proposal in response to the BOA RFP.� The BOA RFP will result in the execution of BOAs with offerors determined to be technically acceptable in accordance with the requirements of the solicitation. �Separate TO RFPs (Step 3) will also be issued for each of the EAGLE requirements emerging within the year; however, the BOA RFP will be the only opportunity contractors will have to obtain an executed EAGLE BOA in order to propose against the subsequent TO RFPs. �BOA proposals will not be solicited nor accepted, and BOAs will not be executed, at any time other than during the annual BOA RFP, even for those emergent requirements not specifically identified herein; as such, if a contractor would like to have the opportunity to be able to participate in any future EAGLE TO that may arise within the next year, it is imperative that the contractor submit a proposal in response to the BOA RFP released. The BOA RFP will be issued electronically, as will any amendments thereto.� Contractors are advised to periodically review�betaSam in order to obtain any amendments which may be issued; failure to obtain any said amendments and to respond to them prior to the closing date and time of the BOA RFP may render the proposal nonresponsive and result in its rejection.� Questions may be addressed to the EAGLE mailbox at usarmy.ria.acc.mbx.eagle@mail.mil.� As noted above, this synopsis covers all EAGLE requirements that emerge within the year after this annual synopsis is published.� This includes, but is not limited to, the following requirements which have already been identified and designated for performance under the EAGLE program and for which the issuance of a TO RFP is already anticipated (though RFPs for upcoming EAGLE requirements will not be issued until the BOA execution process under RFP W52P1J-20-R-0052 is actually completed): Ft. Rucker, AL- The contractor will provide logistical support including, but not limited to Maintenance; Field and sustainment level maintenance on tactical and non-tactical equipment (including Fire Fighting Apparatus) which could include: routine tactical maintenance back-up, and unit augmentation and back up maintenance programs. Transportation requirements could include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO);Household Goods (HHG) shipments, Personally Procured Moves, airlift arrangements, bus travel, and passport management.� Freight service operations can included equipment and container deployment/redeployment operations, and small parcel dispatch. Supply requirements could include Asset Management (Installation Property Book and Equipment Management; Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Central Issue Facility (CIF) Operations, Bulk Fuel site operations, and Ammunition Supply Point (ASP) Operation/Management. Estimated release date of the Request for Proposal (RFP) is 4th Quarter FY20.� It is anticipated that this requirement will be issued as a 100% Small Business Set Aside. Ft. Stewart, GA - The contractor will provide logistical support including, but not limited to the following functional areas: Field and sustainment level maintenance on tactical and non-tactical equipment which could include: Life Cycle Management Command (LCMC) Maintenance Program, routine tactical maintenance back-up, and unit augmentation and back up maintenance programs. Transportation requirements could include providing Transportation Motor Pool (TMP) to include Schools bus operations for on post schools, Personal Property Shipping Office (PPSO); rail operations, (includes Locomotive Engineer), deployment/redeployment operations; container inspection, repair, movement, shipping, and freight service operations; limited augmentation supporting installation property book services. Supply requirements could include: Supply Support Activity (SSA) Management/stock readiness (Classes of Supply include I, II, IIIP, IV, VII and IX), Central Issue Facility (CIF) Operations, and Supply Subsistence Management Office, (SSMO). Ammunition Supply Point (ASP) operations and management (with required SECRET Facility Clearance) -Contingency Only. �Staff augmentation as it relates to Maintenance, Supply and Services and Transportation and unit readiness. �Estimated release date of the Request for Proposal (RFP) is 4th Quarter FY20. It is anticipated that this requirement will be issued as a 100% Small Business Set Aside.�� Ft. Hamilton, NY:� The contractor will provide logistical support including, but not limited to, the following functional areas:� Field and sustainment level maintenance on tactical and non-tactical equipment which could include:� Routine tactical maintenance back-up, and unit augmentation and back up maintenance programs; Transportation functions could include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO) and freight service operations; Supply requirements could include Supply Support Activity (SSA) Management (Classes of Supply include II, IIIP, IV, VII and IX), and Property Book and Accountability.� The contractor shall comply with requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS).� The estimated release date of the RFP is 4th Quarter FY20, with a closing response date approximately 30 days after the release.� This requirement will be issued as a 100% Small Business Set Aside. Ft. Sill, Oklahoma:� The contractor will provide� logistic support including, but not limited to, the following functional areas:� Field and sustainment level maintenance on tactical and non-tactical equipment which could include routine tactical maintenance, back-up, and unit augmentation and back up maintenance programs as well as Food Service Equipment (FSE) and Public Works Equipment Maintenance, National Maintenance Program Source of Repair with ISO 9000 compliancy; Transportation functions could include providing Transportation Motor Pool (TMP), and freight service operations, Central Receiving and Shipping Point (CRSP), Rail Operations including locomotive engineers and brakemen, and Personal Property Operations; Supply requirements could include Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Government Furnished Equipment Property Accountability, Hazardous Material Control Center/Control Point (HMCC/HMCP), Clothing Initial Issue Point (CIIP) and Ammunition Supply Operations,.� The contractor shall comply with requirements and operation of applicable Logistics Information Systems (LISs)/legacy systems as outlined in the Performance Work Statement (PWS). The estimated release date of the RFP is 1st Quarter FY21, with a closing response date approximately 30 days after the release.� This requirement will be issued as a 100% 8(a) Set Aside.� West Point, New York: The contractor will provide logistical support including, but not limited to, the following functional areas: Field and sustainment level maintenance on tactical and non-tactical equipment, which could include routine tactical maintenance backup,� unit augmentation and back up maintenance programs, property book operations, small arms maintenance, communications equipment maintenance and overall maintenance management; Transportation functions include providing Transportation Motor Pool (TMP) support; and Supply requirements include SSA Management (Classes of Supply include II, III, IV, VII, and IX), Central Issue Facility (CIF) Operations (to include Organizational Clothing & Individual Equipment (OCIE)) and property accountability.� The estimated release date of the RFP is 2nd Quarter FY21, with a closing response date approximately 30 days after the release.� This requirement will be issued as a 100% 8(a) Set Aside. Ft. Wainwright (FWAK)/Joint Base Elmendorf-Richardson (JBER)/Greely/ Black Rapids Training Area, AK: The contractor will provide logistical support including, but not limited to, the following functional areas: Field level maintenance on tactical and non-tactical equipment, communication and electronic equipment, and various ground support equipment which could include routine scheduled maintenance (including, but not limited to, services) and unscheduled maintenance at Ft. Wainwright, AK with certain Army logistical support activities at Joint Base Elmendorf-Richardson, AK. The contractor will be prepared to support surge requirements for maintenance of equipment for the 4th Brigade Combat Team (Airborne), 25th Infantry Division (4-25th) Army Structure (ARSTRUC) (4/25) IBCT-A and other units as necessary. The contractor will provide maintenance on Food Service Equipment (FSE) for all Dining Facilities on Ft. Wainwright, Ft. Greely, and Black Rapids Training Area. Coordination and synchronization of installation logistics operations between post locations is required. Supply requirements include Subsistence Supply Management Office, Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Property Accountability, and Installation Property Book.� Efforts are expected to be fluid throughout the life of the contract, and may require fluctuation in contracted efforts. [Ft. Wainwright, AK only: The Contractor will provide the Logistics Readiness Center with personnel to support requirements for Organizational Clothing and Individual Equipment winterization. The program enforces uniform care of supplies, including the inspection and reporting of the condition and serviceability of material, and the scheduling, controlling, and reporting of packaging and other cost reimbursable action in support of the Soldiers safety in extreme cold weather training events to maximize Army readiness.] The contractor shall comply with requirements and operation of applicable Logistics Information Systems (LIS)/legacy systems as outlined in the Performance Work Statement (PWS). The estimated release date of the RFP is 2nd Quarter FY21, with a closing response date approximately 30 days after the release. This requirement will be issued as a 100% 8(a) Set Aside. U.S. Army Reserve Command (USARC) Material Management (MMT): Contractor will be required to provide professional logistics support in order to execute its materiel management, accountability, asset visibility and redistribution. The effort, located at Army Reserve Headquarters- Fort Bragg, will support the various Army Reserve Geographical and Functional Commands (GFC) throughout the Continental United States (CONUS) and Puerto Rico. Travel to the various units from Army Reserve Headquarters- FT Bragg and Subordinate Commands will be required. Specific support required will include general materiel management, property accountability, supply discipline, and will involve the lateral transfer and turn-ins of property between units. Decision Support Tool (DST) will be used for this effort. The contractor will be required to supply all incidental support for the effort and for the use of DST.� The contractor shall comply with requirements and operation of applicable Logistics Information Systems (LIS) as outlined in the Performance Work Statement (PWS). The estimated release date of the RFP is 3rd Quarter FY21, with a closing response date approximately 30 days after the release. This requirement will be issued as a 100% Small Business Set Aside. Rock Island Arsenal (RIA):� The contractor will provide logistical support including, but not limited to, the following functional areas: Transportation - The contractor provides support to Transportation Motor Pool (TMP) operations by receiving requests for motor transportation, operating of non-tactical vehicles, inspecting and dispatching of non-tactical vehicles, and through scheduling maintenance of General Services Administration (GSA) vehicles along with their pick-up and delivery from vendors off post; cargo moves for the RIA Joint Manufacturing and Technology Center (JMTC) on post and off post within a 150 mile radius; support for the Personal Property Processing Office (PPPO)/Counseling Office.� Maintenance - The contractor supports materiel readiness by establishing, operating, and managing equipment repair shops and supporting functions,� providing vehicle recovery service,� scheduling and performing routine services of Government-owned and non-tactical (ground support equipment);� performing unscheduled maintenance and repair of Army owned non-standard equipment and small arms weapons; performs allied trades support; procures and maintains repair part stocks; and provides production control of maintenance capability.� The estimated release date of the RFP is 2nd Quarter FY 21, with a closing response date approximately 30 days after the release.� This requirement will be issued as a 100% Small Business Set Aside. Yuma Proving Grounds (YPG), Arizona: The contractor will provide logistical support including, but not limited to, the following functional areas: Transportation functions could include providing TMP, PPSO and freight service operations; and, Supply requirements could include SSA Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Property Accountability (Property Book). The estimated release date of the RFP is 4th Quarter FY21, with a closing response date approximately 30 days after the release.� This requirement will be issued as a 100% Small Business Set Aside. For each EAGLE task order, the contractor will be required to furnish all of the services, personnel, labor, facilities, materials, supplies, and equipment to accomplish required tasks unless specific items of Government Furnished Property / Material, PWS or Government Provided Services are called out in the task order RFP.� The scope of the requirements and estimated RFP release dates and award dates noted above are subject to change.� Once an EAGLE requirement is identified, the anticipated dates for RFP issuance and Task Order award will be posted on the EAGLE website at http://acc.army.mil/contractingcenters/acc_ri/eagle/index.html and periodically updated as necessary.� The Army will not issue a separate synopsis for each of the EAGLE requirements emerging within the year prior to issuing the applicable Task Order RFP.� Task Order RFPs will be issued electronically at http://www.fbo.gov in accordance with FAR 4.5 and 5.201; hardcopies will not be provided, but contractors can download a copy of a Task Order solicitation from http://www.fbo.gov on or after the issuance date. It is the Government�s intent that �EAGLE Task Order RFPs valued at ?$38.5M will be set-aside for competition amongst the small business EAGLE BOA holders; however, individual EAGLE Task Order RFPs will identify whether the Task Order is being set-aside for small business. Some EAGLE Task Orders will require a SECRET Facility Clearance.� For those such Task Orders, the offerors (and subcontractors performing applicable tasks) will be required to possess the SECRET Facility Clearance at the time of the RFP closing date, at the time of award, and throughout the life of the contract.� The Offeror (i.e. the legal entity that is submitting the proposal and would be identified as the awardee of the contract) will be required to possess the SECRET Facility Clearance itself and will not be able to rely solely on the clearance of a subcontractor; for a proposal submitted by a Joint Venture, the SECRET Facility Clearance must be granted under the name and CAGE code of the Joint Venture itself for it to be eligible for award, regardless of whether the managing partner or all members of the Joint Venture have a SECRET Facility Clearance.� Possession of an INTERIM SECRET Facility Clearance at the time of RFP closing date may be sufficient to meet the requirement for some Task Orders, provided that it can be validated by the Defense Security Service (DSS); however, if access to classified COMSEC information will be necessary for the performance of a Task Order, FINAL US Government Clearance at the appropriate level will be necessary to perform upon award.� Possession of a BOA will not alleviate the need for the SECRET Facility Clearance, therefore, offerors who plan on competing for the task order solicitations that require a SECRET Facility Clearance will need to obtain the SECRET Facility Clearance via sponsorship from another contractor who already possesses a SECRET Facility Clearance. Eligibility information and requirements can be found at www.dss.mil.� A Defense Security Service pamphlet is also provided on the EAGLE website for additional guidance on how to obtain a clearance. To be eligible for award, offerors must be registered in the System for Award Management at https://www.sam.gov/portal/public/sam/.� ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3a80c7005c934daca96779e78c14ff8e/view)
 
Record
SN05630723-F 20200423/200422060351 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.