Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

R -- The U.S. Army Ft. Polk, LA has a requirement for logistics support services.

Notice Date
6/22/2020 12:54:49 PM
 
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
W52P1J-19-R-0081
 
Response Due
6/25/2020 1:00:00 PM
 
Archive Date
07/10/2020
 
Point of Contact
Angie L. Scriven, Phone: 3097822167, Samuel J. Bennett Jr., Phone: 3097825116
 
E-Mail Address
angela.l.scriven2.civ@mail.mil, samuel.j.bennett20.civ@mail.mil
(angela.l.scriven2.civ@mail.mil, samuel.j.bennett20.civ@mail.mil)
 
Description
THIS RFP WILL BE COMPETED AMONGST ONLY THOSE OFFERORS THAT HOLD AN ENHANCED ARMY GLOBAL LOGISTICS ENTERPRISE (EAGLE) BASIC ORDERING AGREEMENT (BOA) BY THE CLOSING DATE OF THIS RFP. A.1-The U.S. Army Fort Polk, LA has a requirement for logistics support services, including maintenance, supply, and transportation support. A.2-This is the official RFP and supporting documentation for the Fort Polk, LA requirement. Industry feedback received on the DRAFT documents was taken into consideration in the preparation of the final RFP documents. Please note that the Government answers provided in response to the feedback received on the DRAFT documents are not incorporated into this RFP. A.3-This RFP will be competed among those Offerors that hold an EAGLE Program BOA under North American Industry Classification System (NAICS) Code 561210 by the closing date of this RFP. This RFP will result in a Cost Plus Fixed Fee (Firm Fixed Price Transition-In CLIN (Contract Line Item Number) and PMO CLINs) Task Order with a one (1) year base period, to include a 60 day transition-in period, four (4) 1-year options, and one (1) 6-month option period in accordance with (IAW) Federal Acquisition Regulation (FAR) 52.217-8 for a total of five (5) years and six (6) months if all options are exercised. The evaluated option periods, which will be awarded at the Government's sole discretion, will be based on need and performance of contractors. A.4-The period of performance for each CLIN is from Notice to Proceed (NTP) through 1827 Days after NTP is identified below: CLIN SERVICE PERIOD OF PERFORMANCE: Base Year (includes 60 day Transition-In): CLIN 0001 - 0007, NTP - 366 days after NTP Option Year 1: CLINs 1001 - 1007, 367 days after NTP - 731 days after NTP Option Year 2: CLINs 2001 - 2007, 732 days after NTP - 1096 days after NTP Option Year 3: CLINs 3001 - 3007, 1097 days after NTP - 1461 days after NTP Option Year 4: CLINs 4001 - 4007, 1462 days after NTP - 1827 days after NTP 6-month Options Transition and Fully Operational Capability (FOC) efforts are part of a single requirement and period of performance. All Transition efforts are still required to be completed within the first 60 days of performance; however, transition to FOC is part of a seamless process. The Contracting Officer may authorize proceeding into FOC as various elements of transition are complete prior to the end of the 60 day Transition period. A.5-This Best Value source selection process will include an evaluation of the following four (4) factors: (1) Technical, (2) Past Performance, (3) Cost/Price and (4) Small Business Participation. A Task Order award under this EAGLE competition will be made to the Offeror determined to be responsible IAW FAR subpart 9.1 whose proposal conforms to the RFP requirements and is determined to be the lowest evaluated (fair and reasonable) priced proposal that is determined Technically Acceptable with Substantial Confidence in Past Performance and an Acceptable rating in Small Business Participation. A.6-The Offeror's proposal shall be valid for 180 days from the closing date of the RFP. A.7-The incumbent contractor is AECOM Management Services, Inc., under contract W52P1J-12-G-0028 Task Order 0001. A.8-Government Furnished Facilities and Equipment are identified in the Exhibits/Attachments in Section J of this RFP and identified in the Performance Work Statement (PWS). A.9-Please note that this RFP contains a Section B, ""Supplies or Services and Prices/Costs""; however, Offerors are required to complete and submit the Cost/Price Matrix identified as Attachment 0005. A.10-The Government intends to conduct a Post Award Conference with the awardee following Task Order award. A.11-This RFP should not be discussed with any Government employee except the Procuring Contracting Officer (PCO), Samuel J. Bennett or Contract Specialist, Angie Scriven, who may be contacted at usarmy.RIA.acc.mbx.eagle@mail.mil. A.12-This RFP and any amendments to this RFP shall be issued electronically. Because of this, the Government is under no obligation to maintain an Offerors mailing list. Any EAGLE BOA holders interested in this requirement must periodically access the beta.SAM.GOV at https://www.beta.sam.gov to obtain the RFP and any amendments that may be issued.��Failure to provide proposals in accordance with the instructions/format specified in this RFP shall render the Offerors proposal non-compliant. The proposal will not be evaluated and will not be further considered for award. A.13-The Government is not obligated to provide responses to any questions submitted by Offerors, but will consider them and incorporate changes into the RFP as deemed necessary. A.14-The closing date and time for this RFP is identified on page 1 of this RFP, the Local Time is Central Time. All proposal documents are due at the time set forth in this RFP. A . 1 5 -�Proposals�shall be submitted electronically to �""mailto:angela.l.scriven2.civ@mail.mil "" and ""mailto:samuel.j.bennett20.civ@mail.mil "" . Due to file size restrictions, Proposals may be submitted through Department of Defense (DoD) Secure Access File Exchange (SAFE), http://safe.apps.mil/ . Non-CAC users will have to request a drop-off request from the Contract Specialist or Contracting Officer. Please visit the website for more details and instructions for its use. Cloud Services and third party drop boxes are not acceptable for proposal submission. Emailed proposals shall state the following in the subject line: Proposal for solicitation number (W52P1J-19-R-0081) Add company name. It is highly recommended that the Offeror request a Return Receipt or other form of acknowledgement to verify that the proposal submission was received prior to the closing of the RFP. A.16-The Government will compare the Offeror's proposal to Section L in order to perform a compliance review. Failure to provide proposals in accordance with the instructions/format specified in this RFP shall render the Offerors proposal non-compliant. The proposal will not be evaluated and will not be further considered for award. The Government reserves the right to waive the Strict Compliance Review if it is in the Government's best interest. A.17-PLEASE BE SURE TO REVIEW ALL DOCUMENTS AGAIN AS SOME HAVE CHANGED FROM WHEN THE DRAFT RFP WAS ISSUED. A.18-The Army Sustainment Command (ASC) may employ the services of a support contractor to assist in the management and oversight of ASC contracts. The contracted support provided by a support contractor is technical in nature, and in no way supplants the Governments exclusive responsibility for the decision making regarding contract management and oversight. The contract with ASCs support contractor prohibits the unauthorized use or disclosure of any of the information and data associated with ASC contracts in support of management and oversight responsibilities. In the event ASC determines it will use a support contractor for management and oversight assistance, awardees shall work with the Contracting Officer and support contractor to establish appropriate agreements and proper protections (see FAR 9.505-4(b)) allowing permission for the support contractor to have necessary access to information and data to assist ASC in its management and oversight for any associated contracts. A.19-Organizational conflict of interest (OCI) means a situation in which- (1) A Government contract requires a contractor to exercise judgment to assist the Government in a matter (such as in drafting specifications or assessing another contractor's proposal or performance) and the contractor or its affiliates have financial or other interests at stake in the matter, so that a reasonable person might have concern that when performing work under the contract, the contractor may be improperly influenced by its own interests rather than the best interests of the Government; or (2) A contractor could have an unfair competitive advantage in an acquisition as a result of having performed work on a Government contract, under circumstances such as those described in paragraph (1) of this definition that put the contractor in a position to influence the acquisition. (3) If the Contractor identifies an OCI, the Contractor shall make a prompt and full disclosure in writing to the Procuring Contracting Officer (PCO). OCI that arise during performance of the contract, as well as newly discovered conflicts that existed before contract award, shall be disclosed. A.20-Notice of Organizational Conflicts of Interest (OCI): ASCs support contractor, and any affiliates, subsidiaries, or subcontractors are precluded from offering a proposal as either a prime or a subcontractor, or from participating as a member of any team competing for this contract and/or any other resultant contracts stemming from this RFP. The Government reserves the right to reject any offer it considers to represent an OCI. Offerors are directed to FAR 9.5 for further information on OCIs for detailed OCI contract restrictions/requirements. A.21-This is a Requirements Contract IAW FAR 52.216-21 for the services specified in the PWS and workload data, and effective for the period of performance identified in Paragraph A.4. A.22-The Estimated Total Contract Value (ETCV) is TBD (at award). The ETCV amount is NOT a ceiling price, but rather an ESTIMATE of the total five (5) ""and a half"" years of performance under this contract. A.23-If an Amendment is deemed necessary for this RFP, the Amendment notice will be posted electronically to beta.SAM.GOV (as stated in A.13). Please be advised that when an Amendment is posted to beta.SAM.GOV, it will be listed on the bottom of the RFP notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79647483230b4ae3a32e296cc98dc050/view)
 
Place of Performance
Address: Fort Polk, LA 71459, USA
Zip Code: 71459
Country: USA
 
Record
SN05698571-F 20200624/200623042656 (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.