SOLICITATION NOTICE
R -- Logistics Support Services at Ft. Sill, OK
- Notice Date
- 3/13/2010
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J-10-R-0008
- Response Due
- 9/15/2010
- Archive Date
- 11/14/2010
- Point of Contact
- david.markelz, 210-221-3751
- E-Mail Address
-
Fort Sam Houston Contracting Center - West
(david.markelz@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Mission and Installation Contracting Command (MICC) Center - Fort Sam Houston (FSH) intends to issue a solicitation for a contract to provide the resources to plan, organize, manage personnel, operate and perform the Fort Sill Directorate of Logistics (DOL) supply, maintenance and transportation logistics support services. The mission of the Fort Sill DOL is to provide supply, maintenance, transportation, plans and operations support to a multi-faceted customer base of Training and Doctrine Command (TRADOC) Initial Entry Training, Joint Fires Center of Excellence, Forces Command (FORSCOM) Field Artillery and Air Defense Artillery (ADA), while sustaining a world-class power projection platform. This requirement will provide support to the Fires Center of Excellence, 428th Field Artillery Brigade, 434th Field Artillery Brigade, 6th ADA Brigade, US Army Garrison, attached Forces Command units, and Army National Guard/Reserve Component units. Oklahoma, Arkansas, Texas, Louisiana, and New Mexico units are supported in the geographical area of Fort Sill's Base Operations Support (BASOPS) Services. The maintenance services include support of tactical and non-tactical equipment, National Maintenance Program (NMP), Left Behind Equipment (LBE), and RESET. The transportation services include the management of the Transportation Motor Pool (TMP), personal property shipments, rail and yard operations, and freight operations. TMP includes the dispatch of buses to meet training schedules, bus drivers for bus and cattle car fleet, and truck drivers for water deliveries to Common Operating Locations (COLs). The supply services include the operation of the Standard Army Retail Supply System Level 1 (SARSS1) and Standard Army Retail Supply System Level 2A (SARSS2A) sites, inventory management, storage, bulk and retail fuel distribution, Ammunition Supply Point (ASP), supply systems administration, and the receiving, storing, issuing, classifying, shipping, and disposing of supplies and equipment, except medical. The designated NAICS Code is 561210, Facilities Support Services, with a size standard of $35.5 million. This acquisition will be a competitive 100% 8(a) set-aside. MICC Center - FSH anticipates award of a Cost-Plus-Award-Fee (CPAF) and Firm-Fixed-Price (FFP) contract. The Government anticipates a contract length of a 12-month base period and four (4) one-year option periods. The solicitation and resultant contract will contain FAR 52.217-8, Extension of Services, which will be evaluated as part of the contract. However, the extension period is not reflected in the period of performance. The solicitation will be issued as a request for proposal (RFP) utilizing FAR Part 15, best value full tradeoff process. The Government anticipates release of the solicitation on or about April 8, 2010, with a projected closing date of May 10, 2010. These are projected dates and are subject to change. This solicitation and all amendments will be issued to Federal Business Opportunities Website (FedBizOpps) at https://www.fbo.gov/. Offerors are required to check the above websites daily to be notified of any changes to the solicitation. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. The Government reserves the right to award without discussions, therefore, the Offerors initial proposal shall contain its best terms. A pre-proposal conference and site visit will be held at Fort Sill, OK. The date and time will be provided in the solicitation, or subsequent amendments. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation. Interested parties must be registered in the Central Contractor Registration (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Online Representations and Certifications Application (ORCA) must also be completed for award. Please register Representations and Certifications at - - - http://orca.bpn.gov. The points of contact are Mr. David Markelz, Contract Specialist, at email david.markelz@us.army.mil and Ms. Lisa Costello, Contracting Officer, at email lisa.costello@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/253857984871534f2b52b6dc5e38c662)
- Place of Performance
- Address: Ft. Sill DOL Management Division 4608 NW Randolph Rd., Bldg. 2258W Fort Sill OK
- Zip Code: 73503
- Zip Code: 73503
- Record
- SN02091843-W 20100315/100313233033-253857984871534f2b52b6dc5e38c662 (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 |