SOLICITATION NOTICE
R -- Enhanced Army Global Logistics Enterprise (EAGLE) STEP 2 Basic Ordering Agreement (BOA) RFP for Emergent/Special Project Requirements
- Notice Date
- 9/14/2012
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J12R0198
- Response Due
- 10/15/2013
- Archive Date
- 12/14/2013
- Point of Contact
- Cheryl Nielsen, (309) 782-8693
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(cheryl.nielsen@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command - Rock Island intends to issue Request for Proposals (RFP) in Step 2 and Step 3 of the Three-Step Procurement for the Enhanced Army Global Logistics Enterprise (EAGLE) Requirements for emergent/special projects identified in this announcement. The estimated release date of the Step 2 BOA RFP W52P1J-12-R-0198 is 1 Oct 2012. This RFP will result in the execution of Basic Ordering Agreements (BOAs) with offerors determined to be technically acceptable in accordance with the requirements of the solicitation. All contractors who already possess a BOA to support EAGLE requirements are not required to submit a new proposal against this BOA RFP unless it desires to have a new capabilities approach evaluated, including adding or changing subcontractors and/or teaming agreements that were included under its current BOA. It is noted that BOAs under Solicitation W52P1J-12-R-0076 began executing on 12 Sep 2012 and will continue through 15 Oct 2012, however, it is unlikely that all BOAs will be executed against that RFP prior to issuance of this BOA RFP. Therefore, request all offerors who have submitted a BOA proposal under W52P1J-12-R-0076 who do not receive a BOA prior to 1 Oct 2012, submit a notice to the EAGLE Mailbox at USARMY.RIA.ACC.MBX.EAGLE@MAIL.MIL after 1 Oct 2012 but prior to 5 Oct 2012 if it will be interested in proposing on the emergent requirements that are being synopsized under the next BOA RFP W52P1J-12-R-0198. EAGLE BOA Holders may then submit proposals for task order requirements as they are issued. Proposals submitted against task orders will be evaluated on Lowest Price, Lowest Price Technically Acceptable (LPTA), or other best value techniques. A determination of responsibility will be performed at Task Order award. The following EAGLE requirements have been identified for an anticipated release of a Step 3 RFP for a future task order. An RFP for these requirements will not be issued until completion of the Step 2 BOA executions under W52P1J-12-R-0198: Redstone Arsenal: Contractor shall provide maintenance, supply, and transportation services in support of Redstone Arsenal Support Activity (RASA), U.S. Army Aviation and Missile Command (AMCOM) and other tenant and satellite organizations at Redstone Arsenal, Alabama. This requirement will be issued as 100% 8(a) set-aside to all BOA holders. The estimated release date of the RFP is January 2013. Afghanistan: The contractor shall provide maintenance, supply, and retrograde operations in support of the 401st Army Field Support Brigade (AFSB), the 3/401st Army Field Support Battalion (both at Bagram), 4/401st Army Field Support Battalion (Kandahar) and Maintenance Support Teams at over 30 locations across Afghanistan. The contractor shall also perform facilities support and operation of Standard Army Management Information Systems (STAMIS) / legacy systems as outlined in the Performance Work Statement (PWS). This work is located at various locations within all regions of Afghanistan. This requirement will be issued on a full and open basis to all BOA holders. The estimated release date of the RFP is January 2013. Kuwait: Army Sustainment Command (ASC) has a requirement to support Army Field Support Battalion-Kuwait (AFSBn-KU) operations at Camp Arifjan, Kuwait. ASC continues to require maintenance, supply, transportation and retrograde services in support of Operation Enduring Freedom (OEF) contingency operations and theater wide support to Southwest Asia (SWA). The AFSBn-KU is responsible for providing support and maintenance to TM-10/-20 or Fully Mission Capable (FMC) condition of Army Preposition Stock (APS)-5 Armored Brigade Combat Team (ABCT) equipment set; Infantry Brigade Combat Team (IBCT) equipment set; Theater Sustainment Stocks (TSS); Sustainment Brigade(SB) equipment set; theater retrograde operations; and In Theater Maintenance (ITM) to units operating in the Army Forces Central Command (ARCENT) AOR. The Contractor will be required to provide labor maintenance, supply, and transportation services in support of the APS-5 and ITM missions in SWA under the AFSBn-KU. The Contractor shall execute contract maintenance; recovery support; segregate equipment; movement and/or coordinate for movement of equipment; receive and segregate equipment into unit sets at the Equipment Configuration and Hand-off Area(s) (ECHA) Equipment Processing Area; perform technical inspections and functional testing; maintain APS equipment as well as provide support to other units or other branches of the Armed Services, other Government agencies, and coalition forces when the equipment is provided by the Government; hand off equipment to the designated gaining units; receive equipment turn-ins from redeploying units or other branches of the armed services; retrograde equipment; and conduct reconstitution/reset of APS. This requirement will be issued on a full and open basis to all BOA holders. The estimated release date of the RFP is January 2013. The contractor shall furnish all of the services, personnel, labor, facilities, materials, supplies, and equipment to accomplish required tasks unless specific items of Government Furnished Property (GFP)/Material (GFM), or Government provided services are called out in the task order RFP. Only contractors that have been issued a BOA on or before the actual release date of the task order RFPs may compete for the requirements listed above. These solicitations will be issued electronically in accordance with FAR 4.5 and 5.201; therefore, hardcopies will not be provided. Contractors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: http://www.fedbizopss.gov or http://www.afsc.army.mil/ac/aais/ioc/solinfo/index.htm. Note: This solicitation will be issued electronically as will any amendments thereto. Contractors are advised to periodically access the above addresses in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the closing date and time of the solicitation may render your proposal nonresponsive and result in the rejection of it. All contractors who provide goods/services to the department of Defense (DoD) must be registered in the Central Contractors Register (CCR) http://www.ccr.Gov/. Questions may be addressed to the EAGLE Mailbox at USARMY.RIA.ACC.MBX.EAGLE@MAIL.MIL. The response date of 15 Oct 2012 is for archiving purposes only. Please note the closing date for receipt of proposals will be identified in the forthcoming RFP which is estimated for release on 1 Oct 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/631676772287312f914b2637419f3a55)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-E Rock Island IL
- Zip Code: 61299-6500
- Record
- SN02883868-W 20120916/120915000953-631676772287312f914b2637419f3a55 (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 |