Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOURCES SOUGHT

M -- Logistics Base Operations Support

Notice Date
6/29/2011
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R11RLOGC
 
Response Due
7/14/2011
 
Archive Date
9/12/2011
 
Point of Contact
Laura StJohn, 928-328-6124
 
E-Mail Address
MICC Center - Yuma Proving Ground
(laura.stjohn@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought The Mission and Installation Contracting Command (MICC) Center - Yuma Proving Ground (YPG) has a requirement for Installation Logistics Support Services at the U.S. Army Yuma Proving Ground, AZ (USAYPG). This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the MICC Center - YPG. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described herein, as well as solicit industry feedback relative to various aspects of the proposed contract effort. A draft Performance Work Statement (DPWS) is provided for reference and industry comment and is subject to significant change. The services anticipated for this effort may include, but not be limited to the following functions: Equipment Pool (EP) Operation Transportation and Movements Operation Supply Services and Storage Operation Official Mail and Distribution Center Operations (OMDC) including United States Postal Service (USPS) Contract Postal Unit (CPU) Supply Support Activity (SSA) Hazmat Information Sought: (1) The name of your company with address, phone, fax, e-mail address, and point of contact. Identify all socio-economic categories (i.e. small business, veteran-owned small business, service disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business) that apply to your company under North American Industry Classification System (NAICS) code 561210 "Facilities Support Services" with a size standard of $35.5 Mil. (2) Other than 561210, if your company recommends a different NAICS code as more appropriate for the services described herein, please identify that code and include the rationale for your recommendation. (3) Contract Type: Contract Type: Firm-fixed price business arrangements are preferable to the Government. The Government anticipates a firm-fixed price business arrangement, or a hybrid business arrangement firm-fix pricing as many functional elements as practicable. Based on the draft PWS and workload history provided with this RFI, is there sufficient workload data to successfully firm-fix price this requirement in its entirety? If not, please identify those areas (by functional element) in which there is sufficient workload data to firm-fix price. For those areas in which there is not sufficient data, please identify what, if any, additional data may be provided to firm-fix price those areas. (4) Does your company regularly engage in the business of providing Installation Logistics support services which include the functions listed above? Identify similar functions your company is performing or has performed within the last three years that are similar to the functions identified above and in the DPWS. Identify contract type and dollar value. (5) Is your company successfully performing same or similar contracts? Provide examples regarding how successful performance is being accomplished. (Examples or indicators of successful performance as measured by the percentage (%) of award fee given; favorable past performance ratings; the absence of Contract Discrepancy Reports (CDRs); no deductions to contract price for defective services; no Cure/Show Cause Notices; or all Option Periods exercised. (6) Identify any experience and knowledge your company has of labor laws, Collective Bargaining Agreements (CBAs), negotiation with unions and the Service Contract Act, etc. (7) Contractor performance will be required at a remote location with an office on-site. Discuss if your company has performed a contract under same or similar conditions? Discuss what challenges your organization has experienced while performing a contract under these conditions. (8) What risks (cost, schedule, performance/technical) are associated in the performance of this requirement? How would your organization minimize these risks? Please include your rationale. (9) Please advise regarding any potential Organizational Conflicts of Interest (OCI). Provide a brief outline describing how your organization will avoid or mitigate actual or perceived OCI (See FAR 9.5) (10) Are the functional areas identified within the DPWS customarily performed in the commercial marketplace using standard commercial practices, or are these services performed exclusively for government purposes? (11) Please address any areas within the DPWS where you believe greater efficiencies can be achieved and include your rationale. (12) Are there any laws or regulations unique to this requirement that have not already been included in the DPWS? (13) Please identify what, if any, subcontracting opportunities exist for the contemplated services. Is your company interested in proposing on this effort as a prime or sub contractor? If your interest is to propose as a prime contractor, what specific portions and percentages of the functions described above would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract? (14) Identify if any possible teaming arrangements exist. (15) Please identify a suitable phase-in period. The MICC Center - YPG does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC Center - YPG's review of the information received. The information obtained from the RFI will be utilized as market research for consideration in development of the Acquisition Strategy/Plan for this requirement. Questions or comments regarding this notice may be addressed to Ms. Kim Ross (928) 328-3314 or via email at kimberly.ross3@us.army.mil. Interested sources shall provide all feedback in via e-mail to Ms Ross by no later than 4:00 PM MST, 14 July 2011. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/524ba82ad9146f401935791401db187c)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2364 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02484923-W 20110701/110629234312-524ba82ad9146f401935791401db187c (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.