Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

W -- 413th CSB Theater-wide Blanket Purchase Agreement (INDO-PACIFIC)

Notice Date
4/19/2023 5:42:07 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
0413 AQ HQ CONTRACT AUG FORT SHAFTER HI 96858-5100 USA
 
ZIP Code
96858-5100
 
Solicitation Number
W91QVP-23-Q-8000
 
Response Due
12/31/2023 2:00:00 AM
 
Point of Contact
SFC Scott W. Voigt, Phone: 8087878870, MAJ Michael Bresette, Phone: 8087878870
 
E-Mail Address
scott.w.voigt2.mil@army.mil, michael.h.bresette.mil@army.mil
(scott.w.voigt2.mil@army.mil, michael.h.bresette.mil@army.mil)
 
Description
CHANGE� 23 MARCH 2023 - Added responses to RFIs submitted via e-mail to the end of the notice. 7 MARCH 2023 - Solicitation release is delayed due to ongoing revisions. The Contracting Officer will notify all interested contractors upon issuance of the solicitation.�� NOTICE OF INTENT- INDO-Pacific Theater Wide BPA DESCRIPTION OF BLANKET PURCHASE AGREEMENT (BPA):�The 921st Contracting Battalion (CBn), 413th Contracting Support Brigade (CSB), located at Wheeler Army Airfield, HI intends to solicit for Prime Contractors in order to provide non-personal supplies and services at multiple locations throughout the Indo-Pacific. The intent of this BPA is to provide a long-term, contractual logistics solution for multiple countries. .CONTRACT TYPE:�Awarded BPA Calls will be firm-fixed-price (FFP) type contracts. This contract type provides for a price that is not subject to any adjustment on the basis of the contractor�s cost experience in performing the contract. This contract type places upon the contractor maximum risk and full responsibility for all costs and resulting profit or loss. CATAGORIES OF PERFORMANCE: Base Life Support Transportation and Material Handling (Land and Marine) General Support and Port Services (Handling and Husbandry) Field Feeding Services Conference Support (non-lodging) Construction Materials and Equipment (Bill of Materials) Miscellaneous Supplies BPA GEOGRAPHIC COVERAGE AREA: BPA�s shall be applicable to all countries within the USINDOPACOM Area of Responsibility which includes: Antarctica, Australia, Bangladesh, Bhutan, British Indian Ocean Territory, Brunei, Cambodia, China, Diego Garcia, Federated States of Micronesia, Fiji, French Polynesia, Hong Kong, India, Indonesia, Japan, Kiribati, Laos, Malaysia, Maldives, Marshall Islands, Micronesia, Mongolia, Myanmar, Nepal, Nauru, New Caledonia, New Zealand, Palau, Papua New Guinea, Philippines, Samoa, Singapore, Solomon Islands, South Korea, Sri Lanka, Taiwan, Thailand, Timor Leste, Tonga, Tuvalu, Vanuatu *Performance under subsequent agreements excludes the United States and its territories. **Performance within the Korean Peninsula is subject to agreement and concurrence from the 411th Contracting Support Brigade (Korea). BPA PERIOD OF PERFORMANCE: BPA will remain in effect for a period of ten (10) years (Est. 01 JUN 2023 � 31 MAY 2033). EVALUATION FACTORS FOR AWARD 1-Past Performance; 2- Technical Capability; 3-Price (Competed at the Call level, not evaluated for the purpose of BPA Award). INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THE BPA:�Any warranted 413th Contracting Support Brigade contracting officer�s (KO) are authorized to solicit and award BPA Calls against this BPA. PURCHASE LIMITATIONS UNDER THIS BPA:�According to Federal Acquisition Regulation (FAR) 13.5 individual purchases shall not exceed the Simplified Acquisition Threshold (SAT) of $7.5 Million. All solicitations issued will follow FAR Part 13 � Simplified Acquisition Procedures (SAP). SOLICITATION / CLOSING RESPONSE DATE: To be published. RELEASE OF INFORMATION:�A high level of business security must be maintained in order to preserve the integrity of the acquisition process. Contracting officials may make available maximum information to the public, except information: (1) On plans that would provide undue or discriminatory advantage to private or personal interests; (2) Received in confidence from an offeror; (3) Otherwise requiring protection under Freedom of Information Act or Privacy Act; or (4) Pertaining to internal agency communications (e.g., technical reviews, contracting authority or other reasons, or recommendations referring thereto). This policy applies to all Government personnel who participate directly or indirectly in any stage of the acquisition cycle. INDUSTRY REQUEST FOR INFORMATION RESPONSES:�(notice responses may be subject to change pending publication of the solicitation): Q1 � Is it acceptable to propose servicing a specified portion of the geographic area, or will a proposal need to be made to cover the entire geographic area listed in the proposal? A1 - The evaluation criteria are currently under review; it is currently planned to provide a capabilities matrix (government furnished template) that contractors will submit with their agreement package for evaluation to list areas support capabilities by region. The government has yet to determine if this will be used as an evaluation criterion. Q2 � What is the scope of services being requested for:�Field Feeding Services,�Conference Support (non-lodging),�Construction Materials and Equipment (Bill of Materials),�Miscellaneous Supplies A2 - The finalized ELIN and PWS is pending approval and will be diseminated via solicitation providing the scope of each service. The lines of effort in question are overarching and include a variety of sub-lines that are currently pre-decisional. The proposed agreement under FAR 13 is conseptually broad in scope to allow its application in a variety of circumstances. Q3 � Is updated response due date 03Apr23? A3 - This notice does not currently contain an RFQ. The anticipated response due date is deleted and ""to be determined"" subject to the issuance of the RFQ. Q4 -�Is it possible to have the information about the current incumbent or any relevant past performance for this contract? A4 -�This is a new effort to consolidate performance across the Pacific to establish a prime vendor base that can provide support across the pacific. As this isn�t a recomplete, no historical data is available and there is no incumbent.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d2515477df0413197d6a9e31381e42f/view)
 
Record
SN06655593-F 20230421/230419230114 (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.