Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2009 FBO #2615
SOURCES SOUGHT

M -- The US Army Contracting Command is conducting Market Research/Sources Sought to determine industry interest in a multiple year service contract performing Supply Support Activities Augmentation (SSA) for HQ, Army Sustainment Command.

Notice Date
1/21/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-R-0MJN
 
Response Due
2/13/2009
 
Archive Date
4/14/2009
 
Point of Contact
Melissa Nunn, 309-782-4412<br />
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought/Market Research announcement to identify business interest and valid sources for performing the Army Sustainment Command Supply Support Activities Augmentation (SSA). THE PRODUCT SERVICE CODE/FEDERAL SUPPLY CODE (PSC/FSC)M179, Operation of government other warehouse buildings. The North American Industry Classification System (NAICS) code for this requirement is 561210 (Facilities Support Services), with a size standard of $35.5M. This announcement is in support of Market Research performed by the United States Army Contracting Command to determine industry interest in a multiple year service contract for HQ, ASC. Service providers must be trained and have an operating knowledge of supply services performed at CONUS and OCONUS locations in peacetime, emergency, and wartime working conditions. The contractor shall provide services, resources and management for the following missions: The redirection of retrograde and excess to the appropriate Source of Repair; redirecting of retrograde to Defense Reutilization and Marketing Office (DRMO) per disposition instructions. The contractor will utilize the Standard Army Retail Supply System (SARSS) to fill inventory, when necessary redirecting referrals to the installation and if necessary to the wholesale system. The contractor will perform limited packing and crating of Class IX as directed. Shipping of supplies, material and equipment as directed. Contractor shall identify Class IX and VII, cataloging and dispositions as required. Maintain Stock Control and Warehouse operations support services to all Supply Support Activities (SSA). The contractor shall utilize Standard Army Retail Supply System First Level (SARSS1) Standard Army Management Information Systems (STAMIS). The SARSS1 will be utilized for data processing, accountability, requisitioning, receipt, storage and or issue of serviceable/unserviceable supplies and components, including forecasting and asset management. The classes of supply involve supply class I, II, III (P), IV, V, VII, and IX. The contractor will identify, issue, receipt and storage of hazardous material and radioactive supplies. The contractor must comply with OSHA requirements. The contractor will be responsible for the unloading of dedicated trucks when military is not on site in warehouse, during normal business hours. The contractor shall use SARSS-1 to request, receive, store, inventory, turn-in, issue, process MRO and ship supplies and material from/to the wholesale supply system. The contractor shall stock Self Service Supply Center (SSSC) back-up stock based on demands and National Maintenance Program (NMP) lines as directed. Upon 48 hours notice from the government, the contractor shall be prepared to handle surge requirement up to 100% above the scheduled workload for any class of supply during a deployment or redeployment of a tactical unit. SUPPORTED SITES: Potential locatons are: Alaska, Hawaii, California, Washington, Arizona, Colorado, New Mexico, Kansas, Oklahoma, Texas, Missouri, Louisiana, Alabama, Georgia, Kentucky, North Carolina, Virginia, New Jersey, and New York. As the mission grows some locations may be OCONUS based, including but not limited to: Germany and Italy. Please be aware that contractor personnel may be required to work in austere and hostile work environments. INSTRUCTIONS TO INTERESTED PARTIES: Request that all interested offerors provide a five page capability statement that details their previous work experience in the areas of expertise stated above. Work performed within the past three years is considered relevant experience for this sources sought announcement response. Please provide contract numbers for any Government contract. Please include in your capability statement, your firms business size and identify any potential joint venture partners. If your business is only interested in certain sites, please provide the States of interest. Offerors should also provide a point of contact name, title and phone number. SMALL BUSINESS JOINT VENTURES: Joint Ventures (JV), as defined in FAR 19.101(7)(i), are an acceptable approach. Interested Small Businesses shall provide the Government with information as follows: (1) Name of Company-include a contact person's name, telephone number and email address; (2) Company Address; (3) Company Size (please specify as either Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business; (4) Identify whether you are interested in this acquisition as a prime contractor or subcontractor. NOTE: 1. Under certain JV arrangements, the individual small businesses must meet the size standard instead of using the combined total of all small businesses on the JV. 2. The Government may direct certain work be performed by specific contractors. Any of this directed work is excluded from the total work when determining limitations on subcontracting percentages. 3. To qualify as a small business entity all the JV members must be a small business. One exception is the Small Business Administration mentor-protg program, which does permit large business participation on the JV with an 8(a) participant. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. INDUSTRY DAY: Depending on the information received from this announcement, the Government may plan an Industry Day at a later date. Tentative areas for discussion include: Joint Venture contracts in the Army; Legal considerations/Q&A; SBA considerations/Q&A; and, Government approach/strategy/timelines. Additionally, opportunities for industry to brief on potential individual contributions to Joint Ventures; and, Industry one on one with Government. Points of Contact are: Mr. Valiant DuHart, Procuring Contracting Officer, (309) 782-8517, e-mail: valiant.duhart@us.army.mil or Ms. Melissa Nunn, (309) 782-4412 e-mail: melissa.j.nunn@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=450c8c12546adbc752e89a5152a72ac3&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: CCRC-FA Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01735329-W 20090123/090121215019-450c8c12546adbc752e89a5152a72ac3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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