Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOURCES SOUGHT

V -- Transportation Motor Pool (TMP) Service for Ft. Stewart and HAAF, GA--Sources Sought

Notice Date
7/24/2009
 
Notice Type
Sources Sought
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Stewart, ACA, Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-09-R-TMP
 
Response Due
8/5/2009
 
Archive Date
10/4/2009
 
Point of Contact
Jimmy Frye, 912-767-5279<br />
 
E-Mail Address
ACA, Fort Stewart
(jimmy.frye@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from small businesses capable of performing the required services. THIS IS NOT A REQUEST FOR PROPOSAL. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. The Mission and Installation Contracting Command at Ft. Stewart, GA, has an anticipated requirement for Transportation Motor Pool Operations to be located at Ft. Stewart and Hunter Army Airfield, GA. It is anticipated that this will be a firm fixed price requirement for a base period with two (2) one (1) year option periods. The Non Tactical Vehicle Fleet under this anticipated contract consists of approximately 950 vehicles, 750 located at Fort Stewart and approximately 200 at Hunter Army Airfield. This fleet consists of a wide variety of vehicles, to include sedans, buses, ambulances, light, medium, and heavy cargo type vehicles (including tractor/trailers). At various times there can be a surge of 200 plus commercial leased vehicles that the Contractor will be responsible to manage. This requirement shall, also, consist of operating a driver testing and licensing station at both Fort Stewart and Hunter Army Airfield as well as operating scheduled bus services to include Ft. Stewart and HAAF Schools. Respondents shall refer to the attached, DRAFT, copy of the Performance Work Statement (PWS) for a full description of the anticipated requirement. The DRAFT PWS has been posted for reference and is subject to change prior to the release of a solicitation. Referenced Technical Exhibits will not be posted with this notice. Feedback on the PWS is encouraged. The anticipated NAICS is 485999 with a Small Business Size Standard of $7M. Interested respondents should submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firms ability to perform the services listed in the attached DRAFT PWS. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number/CAGE Code, and a statement regarding current small business status to include small business type(s)/certification(s) such as: SDB, 8a, HubZone, SDVOB, etc. 3. Prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. 4. Description regarding capability to meet requirements discussed in the DRAFT PWS. 5. Your firms ability to perform at least 51% of the work. 6. State the lead time (days) necessary for your firm to begin performance after award. Responses shall be submitted by email to Jimmy Frye at jimmy.frye@conus.army.mil with a copy furnished to Geral Baxter at geral.baxter@conus.army.mil. Responses must be received no later than 2:00PM (EST) on Wednesday, 5 Aug 2009. If desired, hard copies may be mailed to: Jimmy Frye, Ft. Stewart Directorate of Contracting, Bldg 621, 976 William H. Wilson Ave Ste 100, Ft. Stewart, GA 31314; Ref: TMP Sources Sought. A DRAFT copy of the PWS is attached as a link to this notice at Additional Info: Additional documentation. See Below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK37/W9124M-09-R-TMP/listing.html)
 
Place of Performance
Address: ACA, Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA<br />
Zip Code: 31314-3322<br />
 
Record
SN01887320-W 20090726/090725001142-770b2dc3c3a9364d33c85deb990ffe4b (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.