Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
MODIFICATION

M -- CoMSUPCEN Logistics Support Services

Notice Date
7/18/2012
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L12R0039
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
CPT Jonathan Lehmann, 703-607-1234
 
E-Mail Address
National Guard Bureau, Environmental/Air Acquisition Division
(jonathan.lehmann@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
AMENDMENT 01- SYNOPSIS FOR CoMSUPCEN This synopsis as amended below is based on the decision made by the SBA as of 17 July 2012. SBA has recommended that the CoMSUPCEN requirement remain within the 8(a) Business Development Program SCOPE OF WORK: The National Guard Bureau, Operational Contracting Division (NGB-ZC-AQ), intends to procure contractor logistics support services at the Consequence Management Support Center (CoMSUPCEN) in Winchester, Kentucky. The CoMSUPCEN supports chemical, biological, radiological, and nuclear defense and recovery in support of teams deployed throughout the US and overseas. The scope of the contractor's logistics support services includes warehouse operations, equipment maintenance, inventory purchasing, and information technology (database/network/website) support. In addition, the contractor supports training (requiring travel), help desk operation, and the full range of equipment life-cycle sustainment management. CONTRACT: The Government anticipates the award of an indefinite delivery indefinite quantity (IDIQ) contract, with firm fixed-price and cost-reimbursement line items. The CLIN structure for the proposed solicitation will incorporate both Firm-Fixed Price (FFP) and Cost Reimbursable line items to include the following line item types: -(FFP) Labor for core hours/days (Monday-Friday, 0700-1730) -(Cost Reimbursable) Labor for contingencies outside of core hours/days, up to 24/7 service -(Cost Reimbursable) Direct and indirect costs, including shipping -(Cost Reimbursable) Contractor purchased inventory -(Cost Reimbursable) Maintenance and repair to inventory, including specialized (manufacturer-certified) repairs -(Cost Reimbursable) Travel and Training Performance will be in response to individual task orders. The anticipated period of performance is a total of four years consisting of a base period of one year and three option periods, each of one year duration. The nature of the services requires both service employees within the meaning of the Service Contract Act and professional/managerial employees exempt from the Service Contract Act. The Request for Proposals (RFP) incorporates the applicable Service Contract Act Wage Determination. FAR Part 12 (Acquisition of Commercial Items) & FAR Part 15 (Contract by Negotiations) procedures will be utilized for this requirement. All offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. The Government will utilize a best-value evaluation procedure, evaluating proposals and making award in accordance in accordance with the factors and sub-factors described in the RFP. ELIGIBLE OFFERORS: This solicitation is 100% set-aside for Small Business Administration (SBA) certified 8(a) contractors. The NAICS code for this requirement is 541614 Process, Physical Distribution, and Logistics Consulting Services with a size standard of $14 Million. This is a competitive 8(a) Small Business requirement. All responsible 8(a) sources may submit a proposal for consideration in response to the RFP when it is issued.. Eligible offerors must be SBA-certified 8(a) firms classified as Small Businesses under the applicable NAICS Code and corresponding size standard as of the date the proposal is submitted. Offerors must be registered at the Central Contractor Registration website (www.ccr.gov) with current contract representations and certifications at the ORCA website ( www.orca.bpn.gov ). Contractors debarred, suspended, or proposed for debarment are ineligible for award. This synopsis is provided as a pre-solicitation notice, in accordance with FAR Subpart 5.2, for the purposes of publicizing this proposed action and is not to be considered the RFP itself. The RFP will be issued via the Army Single Face to Industry at https://acquisition.army.mil/asfi/ onto the Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov/. No hardcopies of the RFP will be provided by the Government. All interested parties shall be registered at the AFSI and FedBizOpps websites in order to receive notification of changes to the RFP. There will be no additional pre-announcement of when the RFP will be available. The RFP issuance date is anticipated to be on or about 6 August2012 with a closing date 30 days after issuance. It is anticipated that the final RFP will be posted under solicitation number W9133L-12-R-0039. When the solicitation is downloaded, it is important to read it COMPLETELY, as there are important intermediate deadlines that must be met by the prospective offeror to include, but not limited to: (1) the cut-off date for all RFP questions, and (2) the date past performance evaluation forms are due from the offeror's previous customers. Hard copies of the solicitation will not be provided. You may, however, download and print the file from the FedBizOpps website. The offeror is responsible for checking the FedBizOpps website daily for any posted change to the RFP or to this synopsis. This requirement was previously synopsized on FedBizOpps on 16 July 2012 as an unrestricted procurement: https://www.fbo.gov/index?s=opportunity&mode=form&id=acd090f705fddf06544f66b04bd3b7d6&tab=core&_cview=0 That original synopsis is being amended now due to an unexpected SBA decision. POINT OF CONTACT: Questions regarding this pre-solicitation synopsis should be directed to CPT Jonathan Lehmann, the National Guard Bureau Contact Specialist, via e-mail only at Jonathan.Lehmann@us.army.mil. The Contracting Officer for this acquisition is Kenneth E. Hill, available via email at kenneth.e.hill@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA92/W9133L12R0039/listing.html)
 
Place of Performance
Address: National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
 
Record
SN02807940-W 20120720/120719000522-2d467815ad2fb09323dd5385014c7727 (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.