SOURCES SOUGHT
V -- Convoy Security - Update w/PWS
- Notice Date
- 2/3/2010
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10R0104
- Response Due
- 2/15/2010
- Archive Date
- 4/16/2010
- Point of Contact
- Leon L. Rogers, 309-782-7129
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(leon.lamar.rogers@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION. Rock Island Contracting Center is seeking information for potential sources regarding industry service support available to provide convoy security services. The results of this sources sought will be utilized to determine if commercial services are available to meet the Governments needs and refine the PWS (Draft Attached). This information is needed prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). PLACE OF PERFORMANCE CENTCOM AOR Percentage of Effort est. 75% in Iraq and Kuwait. ELIGIBILITY The appropriate North American Industry Classification System (NAICS) Code is 561612. It is anticipated that the basis for award of the resultant contract will be Lowest Price Technically Acceptable (LPTA) to the Government. PROGRAM/CONTRACT BACKGROUND The Government distributes all classes of supply throughout the CENTCOM AOR. The contractor shall provide all resources necessary to ensure distribution of coalition forces material from various forward operating bases in the CENTCOM AOR to other locations throughout. Convoy escort services will be integrated into the current Transportation Management System and provide continuous convoy escort team availability in accordance with mission requirements. REQUIRED CAPABILITIES A draft Performance Work Statement (PWS) is attached for review. The period of performance shall consist of one base year plus two option periods with performance commencing approximately 27 September 2010. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) and cost reimbursable CLINs. SUBMISSION DETAILS Feedback from industry is being sought on the PWS. Please provide comments. In addition to providing comments on the PWS, interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Technical Description, and draft PWS. Capability statements shall also address the following questions: 1.What type of work has your company performed in the past in support of the same or similar requirement? 2.Can your company or has your company managed a task of this nature? If so, please provide details. 3.What specific technical skills does your company possess which ensure your companys capability to perform the tasks? Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. Interested businesses responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist in Microsoft Word or Portable Document Format (PDF) to Leon L. Rogers at leon.lamar.rogers@conus.army.mil and/or Alison Dice at alison.dice@us.army.mil. All responsible sources are encouraged to submit a response to this notice no later than Feb 15, 2010 by 1500 hours CST. All responses shall include Company Name, Company Address, CAGE code, and Points of Contact including name, telephone number, fax number, and email address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation, which will be posted at https://www.fbo.gov/ on or about April 1, 2010. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f098cfd49f0b90bc16ce77d8db98a206)
- Place of Performance
- Address: CENTCOM CENTCOM - TBD APO AE
- Zip Code: 000000
- Zip Code: 000000
- Record
- SN02056395-W 20100205/100203234714-f098cfd49f0b90bc16ce77d8db98a206 (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 |