Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOLICITATION NOTICE

R -- OMNIBUS II BASE LIFE SUPPORT

Notice Date
3/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J10R0097
 
Response Due
4/9/2010
 
Archive Date
6/8/2010
 
Point of Contact
Mariellen Crosson, 309-782-5405
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(mariellen.crosson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Pre-Solicitation Synopsis for the US Army Contracting Command, Rock Island Contracting Center for solicitation W52P1J-10-R-0097, which serves as notification to industry of the procurement of Omnibus II Base Life Support Iraq. The United States Forces Iraq (USF-I) has recurring requirements for life support at multiple Iraqi training camps and USF-I bases with varying populations from 1 10,000 personnel. It is the Governments intent to restrict this procurement under the authority of the National Defense Authorization Act of 2008 that allows procurements using other than full and open competitions for acquisitions in support of Operations in Iraq or Afghanistan, Section 886 of Public Law 110-181. This service will be performed in Iraq, the source will be located in Iraq, and the service will be performed in Iraq predominantly by citizens or permanent resident aliens of Iraq. This service is solely to benefit the Iraqi security forces by promoting stable source of jobs in Iraq, strengthens long-term Iraqi economic growth, promotes Iraq businesses, builds valuable skills in the Iraqi workforce and gives citizens a vested interest in their future. In accordance with the Socio-Economic Factor the offeror will need to hire a minimum of 51% Host Nation personnel and be a registered Host Nation company or be registered to do business in Iraq and have an office located in Iraq to perform the requirements of the PWS. Failure to meet the requirements of Section 886 of Public Law 110-181: Limit Competition to Products or Services from Iraq shall make the offeror ineligible to receive a contract award. The anticipated date for solicitation issuance is on or about 09 April 2010. The base life support services to be procured include the following: logistics support for each training camp/base includes but is not limited to billeting, motor pool operations, dining facility operations, facilities operations and maintenance, water and waste management system operation and maintenance, and laundry services. The initial performance is expected at Union III, IZ, Baghdad, Iraq and Camp Cropper, Baghdad, Iraq. The proposed action is for a FFP IDIQ Multiple Award Task Order Contract (MATOC) (with a cost reimbursable CLIN for spare parts and materials ancillary to services provided), under Section 886 of Public Law 110-181 which limits competition to products or services from Iraq. Contract length will be a base period of 18 months with an additional 12 month option period on Task Orders only. The NAICS code for this procurement is 561210 (Facilities Support Services). This is not a request for offers. THE SOLICITATION WILL BE ISSUED ON THE WEB VIA FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) and Joint Contracting Command System (JCCS). NO PAPER COPIES OF THE SOLICITATION OR AMENDMENTS WILL BE ISSUED. No public announcement of any amendments will be made. Vendors are advised to periodically check the web page for new amendments or other updates. Any changes to the solicitation will be posted only to the website. Contractors are required to be registered in the Central the Central Contractor Registration (CCR) prior to award of any resultant contract. The Internet site for registering in the CCR is http://www.ccr.gov/. You may also contact the CCR Registration Assistance Center at 1-888-227-2423, customer service, and request the registration form and assistance packet for completion. Inquiries/questions concerning this pre-solicitation notice may be emailed to Mariellen Crosson at mariellen.crosson@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a21e5789fb250c0ab5bb9c3bc22f355)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02102262-W 20100327/100325234700-3a21e5789fb250c0ab5bb9c3bc22f355 (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.