SOLICITATION NOTICE
Z -- Installation Support Services
- Notice Date
- 7/1/2013
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- ACC-RSA - (SPS), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W9124P-13-R-0010
- Response Due
- 8/13/2013
- Archive Date
- 8/30/2013
- Point of Contact
- George Crittenden, 256-842-7508
- E-Mail Address
-
ACC-RSA - (SPS)
(george.b.crittenden@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft Solicitation W9124P-13-R-0010 was previously issued on 23 May 13. The Formal solicitation is issued 1 July 13 and closes 12 Aug 13. The Formal Request for Proposals (RFP), W9124P-13-R-0010, for the U.S. Army Garrison-Redstone Command (USAG-Redstone) is issued. The U.S. Army Garrison-Redstone provides a wide range of Installation Support Services (ISS) to the Aviation and Missile Life Cycle Management Command and Program Executive Offices, as well as tenant and satellite offices all of which are located on Redstone Arsenal, Alabama or in the Huntsville, Alabama area. The purpose of this performance-based service acquisition is to satisfy recurring requirements for ISS consisting of mail pickup and distribution, warehousing, receiving/storing/moving/issuing classes I-X (except V), services, facilities maintenance, HVAC service, landfill operations, snow/ice removal/street sweeping, miscellaneous engineering, water. A pre-proposal conference and site visit will be held for this acquisition on July 10, 2013 at Heiser Hall, Redstone Arsenal, AL (See Section L for more information). This will be the only pre-proposal conference and site visit. Please note that there will be an attachment for questions and answers in the formal/final solicitation. Please note, the RFP is considered to accurately reflect the proposed process and parameters for this acquisition, the solicitation is subject to review and approval prior to release of the formal/final RFP. Changes as a result of the review and approval process may significantly alter the formal/final RFP requirements. This requirement will be acquired as a total set aside acquisition for exclusive competition under the Small Business Administration 8(a) program. The North American Industry Classification System Code (NAICS) is 561210 with a small business size standard of $35.5M. The resulting hybrid Cost Plus Incentive Fee (CPIF)/Cost Reimbursable (CR)/Firm-Fixed-Price (FFP) contract will encompass a potential four-year period of performance, a base period of one-year and three one-year option periods. There is no guarantee the options on the follow-on years will be exercised. CPIF line items will be used for the majority of the Performance Work Statement (PWS) which cannot be sufficiently be defined to solicit proposals on a FFP basis. The government will select for award the proposal which represents the best value to the government using the quote mark Tradeoff quote mark method source selection process. The tradeoff process is appropriate when it is in the best interest of the Government to consider award to other than the lowest price offeror or other than the highest technically rated offeror. The Government does not intend to acquire a commercial item using Part 12, refer to Numbered Note 26. Point of contact is Mr. George Crittenden, 256-842-7508, george.b.crittenden@us.army.mil or Mr. Richard Bledsoe, 256-842-7823, Richard.bledsoe@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/13572b486b8bb3e90f8b3d7d322befef)
- Place of Performance
- Address: ACC-RSA - (SPS) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03104289-W 20130703/130701234617-13572b486b8bb3e90f8b3d7d322befef (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 |