MODIFICATION
R -- Property management; Inventory management and property accounting.
- Notice Date
- 5/23/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- Qatar Contracting Command (PARC SWA, 408th CSB), ATTN: ARCENT-QA-DOC, Doha, Qatar, APO, AE 09898
- ZIP Code
- 09898
- Solicitation Number
- W912D212RXXXX
- Archive Date
- 5/23/2013
- Point of Contact
- Michael McTague, 33554229
- E-Mail Address
-
Qatar Contracting Command (PARC SWA, 408th CSB)
(michael.c.mctague@kuwait.swa.army.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUIREMENT: Property Management Services for Qatar and Afghanistan The Army Contracting Command - Qatar (ACC QA) has a requirement for a non-personal services contract to provide property management services in various military installations in Qatar and in Afghanistan. The contractor shall provide all labor, expertise, quality control and supervision necessary to accomplish all contract requirements. Location of work will be primarily in Qatar with periodic temporary duty in Afghanistan. Housing, meals and one (1) round-trip airfare to the U.S. per performance period, will be provided by the Government. The contractor shall work 12-hour work days, 72 hours a week. This will be Firm-Fixed-Price contract for a base year and 2 option years thereafter. In accordance with Qatari labor and immigration laws, the contractor must be able to legally do business in the country of Qatar on the 1st day of the contract's performance period. The contractor shall have the ability to be vetted through Army security screening. ACC QA intends to issue the Request for Proposal (RFP) solicitation for this requirement in June 2012. Proposed start date of contract is 01 August 2012. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION IS AVAILABLE AT THIS TIME. This sources sought announcement is published for market research purposes. This market research will be used to help identify sources in the country of Qatar. Prospective offerors are requested to complete and return a Capabilities Statement as described below to determine which companies possess the capability, experience and financial ability to perform the project requirements of the proposed contracts. The Government is in no way obligated to do business with, or to enter into, any form of contract with any person, firm, or other entity that receives or responds to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Proposals will be evaluated using best value source selection evaluation procedures pursuant to FAR 15. SCOPE: The contractor will provide 2 employees who will perform a variety of functions including property book management; property accountability; supply room management; document management; and, development of spreadsheets. The contractor must be experienced and skilled in property management, ware house inventory, supply management, and use of hand-held barcode/scanning equipment. Must possess the experience and skills to perform Microsoft Office programs, such as Excel, PowerPoint, Access, Word and Outlook. Must possess a working knowledge of PBUSE and SARSS supply systems. Prior military experience in the MOS 92Y preferred. Must have a current Secret security clearance. Must be a U.S. citizen and possess at least one (1) year of college education. CAPABILITY REQUIREMENTS: The contractor must have the capabilities essential to meet the mission requirements of providing administrative management services. Responses to this survey should represent the offeror's best attempt to demonstrate it possesses the capabilities and experience necessary to meet the requirements of the above scope, and also lists their previous and current customers. INSTRUCTIONS FOR RESPONDENTS: Interested companies who have the necessary capabilities should respond by providing a brief summary of your company's capabilities to include a description of proposed methodology to meet the requirements of the above scope, personnel, and related relevant experience. It is requested that all offerors submit the above listed information no later than 31 MAY 2012. Responses to this synopsis must be submitted via email to the following: Contract Specialist, SFC Michael McTague at michael.c.mctague@kuwait.swa.army.mil, and Contracting Officer, Ms. Mary Harding at mary.j.harding@kuwait.swa.army.mil, by the time and date outlined in this announcement. DISCLAMER: This is a request for information (RFI) and is issued solely for information and planning purposes only and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI or accepted by the Government to form a binding contract. Contractors are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary or confidential will be treated accordingly. Information received in response to this RFI will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8cc0ac71e8ec5b8d4cc3b8adffad833f)
- Record
- SN02757014-W 20120525/120524000932-8cc0ac71e8ec5b8d4cc3b8adffad833f (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 |