Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2024 SAM #8193
SOLICITATION NOTICE

R -- 2024 EAGLE BOA Synopsis

Notice Date
5/1/2024 12:55:40 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-24-R-0031
 
Archive Date
05/15/2024
 
Point of Contact
Lisa B Ball, Jessica R. Hubner
 
E-Mail Address
lisa.b.ball.civ@army.mil, jessica.r.hubner.civ@army.mil
(lisa.b.ball.civ@army.mil, jessica.r.hubner.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement is the annual synopsis for requirements falling under the scope of the Enhanced Army Global Logistics Enterprise (EAGLE) program.� This annual synopsis 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. This synopsis satisfies FAR 22.1010, Notification to interested parties under collective bargaining agreements. The Army Contracting Command, Rock Island intends to issue a BOA RFP (Step 2 of the three-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 subsequent to this synopsis. The estimated release of the BOA RFP W519TC-24-R-0031 is May 2024; the closing date for the receipt of proposals will be identified in the RFP.� The BOA RFP will be issued electronically, as will any amendments thereto.� Contractors are advised to periodically review SAM (SAM.gov) 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@army.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 W519TC-24-R-0031 is actually completed): Ft. Huachuca, AZ: Fort Huachuca, AZ (FHAZ) is home to the Military Intelligence Command and Signal Corps. In order to support Fort Huachuca, AZ, the Army has entrusted the logistics operations � Maintenance, Supply, and Transportation, specifically, to the installation logistics support activity. 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, unit augmentation and back up maintenance programs; Transportation functions could include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO) 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 21 Feb 2025, with a closing response date approximately 30 days after the release.� The estimated task order award is 9 Jul 2025.� This requirement will be issued as a 100% Small Business Set Aside. Ft. Hamilton, NY: The US Army Garrison Fort Hamilton supports the Army and Air Force Reserves, the National Guard, and military individuals and retirees in the Greater New York City area.� It provides liaison and protocol services for visiting and foreign dignitaries, and an in-country arrival and departure point for foreign exchange students. Fort Hamilton supports DoD, DA and Homeland Security emergency requirements in the Greater New York City area. 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, unit augmentation and back up maintenance programs; Transportation functions could include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO) 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 3 Apr 2026, with a closing response date approximately 30 days after the release.� The estimated task order award is 3 Oct 2026.� This requirement will be issued as a 100% Small Business Set Aside. Ft. Bliss, TX: Fort Bliss, TX (FBTX) is home to several primary tenant activities including the 1st Armored Division and the United States Sergeants Major Academy at Biggs Army Airfield. With its headquarters in El Paso, TX, Fort Bliss is comprised of 1.1 million acres in Texas and New Mexico and includes McGregor Range in New Mexico. 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 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 12 Jul 2024, with a closing response date approximately 30 days after the release.� The estimated task order award is 24 Apr 2025.� This requirement will be issued as a 100% Unrestricted. Picatinny, NJ: Picatinny Arsenal is the Joint Center of Excellence for Guns and Ammunition, providing products and services to all branches of the U.S. military. Nestled in the northern New Jersey Highlands. Picatinny� s portfolio comprises nearly 90 percent of the Army's lethality and all conventional ammunition for joint warfighters. The contractor will provide logistical support, including, but not limited to, the following functional areas: Central Receiving Point (CRP), Petroleum Oil and Lubricants (POL), Hazardous Materials (HM) / HAZMAT management per the current Hazardous Materials Management Program (HMMP), property book management, Transportation Motor Pool (TMP), materiel maintenance support through efficient, effective field level maintenance and sustainment level maintenance tasks on non-GSA Government owned tactical and non-tactical equipment and freight movement. This task order will be the first EAGLE task order at Picatinny. The estimated release date of the RFP is 30 Oct 2025, with a closing response date approximately 30 days after the release.� The estimated EAGLE task order award is 30 Apr 2026. This requirement will be issued as a SB Set-Aside. Dugway Proving Grounds: Dugway Proving Ground, UT (DPG) is the nation's Major Range and Test Facility Base (MRTFB) for Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE). Dugway Proving Ground facilitates testing, evaluation, and training for our nation's elite forces and first responders through our capable workforce, high desert venues, and facilities. Dugway Proving Ground is a remote site located approximately 90 miles southwest of Salt Lake City, Utah. The installation covers in excess of 800,000 acres, which sometimes requires the contractor to function outdoors in isolated, high desert environments. The LRC�s main facilities are located at English Village however, part of the LRC�s areas of operations includes the West Desert Test Center where Michael Army Airfield and Ditto Technical Center are located. 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 24 Mar 2025, with a closing response date approximately 30 days after the release.� The estimated task order award is 16 Nov 2025.� This requirement will be issued as a SB Set-Aside. Ft. Irwin: Fort Irwin, California (FICA) is home to the National Training Center (NTC) and Fort Irwin; it provides support to various Installation/Garrison units as well as to approximately 10 Brigade Combat Teams (BCTs). Some of the U.S. Army Units include the U.S. Army Garrison, 11 ACR, 916TH SPT BDE, OPS GRP, MEDCOM, ASC and Tri-state area National Guard and Reserve units. In order to support Fort Irwin, California. 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 22 Sept 2025 with a closing response date approximately 30 days after the release.� The estimated task order award is 22 Mar 2026.� This requirement will be issued as a SB 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 TO 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 SAM 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 on SAM 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 SAM on or after the issuance date. It is the Government�s intent that EAGLE Task Order RFPs valued at ?$47M 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. � To be eligible for award, offerors must be registered in the System for Award Management at SAM.gov.� ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e8c92a2c4dd46e7b193de4da66da53c/view)
 
Record
SN07048222-F 20240503/240501230037 (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.