|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087ARMY ATLANTA CONTRACTING CENTER, ATTN AFLG PRC, 1301 ANDERSON WAY SW,
FORT MCPHERSON GA 30330-1096 R -- NATIONWIDE CONUS AND OCONUS LOGISTICAL SUPPORT AND LOGISTIC
MANAGEMENT SERVICES SOL DAKF11-98-R-0016 DUE 062298 POC Contracting
Officer: Mary Anne Osborn, Email Address -- osbornm@forscom.army.mil OR
Contract Specialist: Diane Biddy, Email Address --
biddyd@forscom.army.mil (Site Code DAKF11) The U.S. Army Headquarters
Forces Command (HQ FORSCOM), located at Fort McPherson, GA, intends to
issue a master solicitation for CONUS and OCONUS Logistical Support
and Logistic Management Services. Resultant contracts shall require
performance in a minimum of sixteen separate task areas: Contract and
Task Order Mnagement; Logistics Program Support; Logistic Supply and
Maintenance Services; Logistic Management Services; Logistic Support
Services; Logistic Business Process Reeingineering and Functional
Process Improvement Support; Logistic Training Support; Logistic Office
Automation and Help Desk Support Services; Logisitics Systems Network
Support; Logistics Strategic Planning Program, Assessment and Studies;
Logistics Computer Center Technical Support Services; Logistics Media
Learning Center Support; Integrated Logistics Support; Logistics
Verification and Validation and Quality Assurance; Logistics Total
Quality Management Continuous Process Improvement and Contract Field
Teams. Offeror's proposals shall demonstrate the capability to perform
in eight of the sixteen separate task areas with company resources
internal to the prime contractor and all sixteen within the proposal as
a whole. The concept is to obtain a suite of up to six Indefinite
Delivery/Indefinite Quantity (IDIQ) contracts to provide services as
needed for Third Army, First Army, U.S. Army Reserve Command, TRADOC,
FORSCOM and all activities they support. Competition for the six
contracts will be as follows: Unrestricted full and open competition
for two awards; competition among non 8(a) small business concerns
under 100% small business set-aside procedures for two awards; and a
portion of this acquisition is being offered for competition limited to
eligible 8(a) concerns competing for two awards. If two viable offers
are not received in a given category, awards will be made as necessary
to make a total of six awards. The applicable Standard Industrial
Classification (SIC) code is 8744 with a size standard of $20 million.
Eligibility toparticipate may be restricted to firms in either the
developmental or transitional stage. Interested 8(a) concerns are
encouraged to request a copy of the solicitation as expeditiously as
possible since the solicitation will be issued without further notice
upon SBA acceptance of the requirement for the Section 8(a) Program.
This will be a multiple award, IDIQ type contract utilizing Time and
Materials, Cost Plus Fixed Fee and Firm Fixed Price task orders IAW FAR
16.500. The estimated value of total orders to be placed against all
resultant contracts is $325,000,000 over the contract life. A minimum
of $100,000 is guaranteed to each awardee for the base period only,
with no guaranteed minimum provided in out-year coverage. The contract
may run for a period of up to five years, using a 12 month base period
and four 12 month option periods. Should the Government elect to
exercise an option period, any extension of option period services
shall be accomplished pursuant to the authority set forth at FAR
Clauses 52.217-8 and 52.217-9. A draft Request For Proposals (RFP) was
posted on the World Wide Web on 30 Mar 98 for industry comment.
Questions and Answers will be posted to the World Wide Web on/or about
4 May 98. The final RFP will be posted to the World Wide Web on/or
about 7 May 98, with a Proposal Due Date of 22 Jun 98. A Pre- proposal
Conference will be held on/or about 20 May 98 at Fort McPherson, GA.
Industry will have five days for comment to the final RFP. To access
this document, go to: HYPERLINK http://www.forscom.army.mil/aacc, clik
on CURRENT OPPORTUNITIES, then CURRENT SOLICITATIONS, then the
solicitation number identified in item 9 above. Subsequent to initial
evaluation of all proposals rceived, offerors determined to be within
the competitive range will be notified (on/or about 1 Jul 98),
concerning the scheduling and conduct of Oral Presentations (on/or
about 2-9 Jul 98). The competitive range will be limited to those
proposals considered, after initial evaluation, as most highly rated,
and may require further reduction for purposes of efficiency, dependent
upon the number of proposals received. Companies not possessing
Internet access should submit written requests for copies of the final
RFP (available on disk only), to facsimile number (404) 464-4194.
TELEPHONIC REQUESTS WILL NOT BE HONORED. Questions or concerns relating
to this solicitation should be made to Mrs. Mary Anne Osborn,
Contracting Officer, Army Atlanta Contracting Center, at Email address:
osbornm@forscom.army.mil. All responsible sourses may submit an offer,
which will be considered. (0120) Loren Data Corp. http://www.ld.com (SYN# 0074 19980504\R-0018.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|