Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2014 FBO #4688
SOURCES SOUGHT

R -- Sources Sought for Market Research

Notice Date
9/23/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC - Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SE-07-D-0004-2L08
 
Response Due
10/3/2014
 
Archive Date
11/22/2014
 
Point of Contact
Monte Tartt, (915) 568-7366
 
E-Mail Address
MICC - Fort Bliss
(monte.tartt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR INFORMATION PURPOSES ONLY SOURCES SOUGHT ANNOUNCEMENT: INSTALLATION MAINTENANCE, TRANSPORTATION, and SUPPLY SERVICES SUPPORT at FORT BLISS TX. THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR IS IT THE INTENT OF THE MISSION & INSTALLATION CONTRACTING COMMAND (MICC), FORT BLISS TEXAS, TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION (RFI) OR OTHERWISE PAY FOR THE INFORMATION SOUGHT. 1. INFORMATION: MICC, Fort Bliss, TX is seeking preliminary marketing information, from capable and reliable sources to gain knowledge of potential qualified business sources capable of performing Installation Maintenance, Transportation, and Supply Services Support at Fort Bliss, TX. The North American Industry Classification System (NAICS) classified for this effort is 561210, Facilities Support Services, with a current business size of $35.5M. 2. PROJECT SCOPE: This possible future requirement will be for supporting supply operations, transportation, and maintenance services supporting the Logistics Readiness Center (LRC) at Fort Bliss, TX as specified in the Performance Work Statement (PWS). The future requirement has the anticipation it will provide the flexibility to respond to recurring requirements, new requirements, changing requirements, and requirements that are increased or diminished. This future requirement is anticipated to be designed to reflect the predictable nature of existing and scheduled logistical support services at existing facilities and buildings while at the same time providing the flexibility to respond to unscheduled and non-recurring services and other logistical support. BROAD DESCRIPTION of WORK: The Contractor shall provide all management, supervision, personnel, training, equipment and supplies, except as specified herein as government furnished, operational and administrative functions, to perform installation maintenance and supply services in accordance with the terms of the PWS and any affiliated contract at Fort Bliss. The majority of services shall be performed at Fort Bliss; however some services shall be performed at other locations as described in this contract or as directed by the LRC or Contracting Officer. The Contractor will be the primary LRC logistics provider on the installation and shall be responsible for all aspects of performance. This performance work statement provides a general depiction of the types and kinds of non-personal services that may be ordered. Contractor personnel are employees selected by the Contractor and solely under its administrative control and supervision. The specific efforts required of the Contractor are those task areas detailed in the PWS. The Contractor will perform non-personal services in these primary areas. The Contractor will be required to ensure all supporting requirements (i.e., implied tasks) required to fulfill the primary task areas are accomplished to standard using industry best practices, while continuously working toward reducing costs without increasing risk or sacrificing quality. The Contractor shall ensure compliance with all applicable local, state and federal laws, regulations and policies. In the event of a conflict between any law, ordinances, construction codes, or regulations, the more stringent rule will apply. Additionally, the Contractor will ensure all work meets critical reliability rates or tolerances specified either in the PWS, identified by industry best practice, applicable technical manual or other applicable publication as cited within this document. 3. SUBMISSION REQUIREMENTS: All interested firms shall submit a Capability Statement and email to monte.tartt@us.army.mil. Submission shall be received by 3:00 PM, mountain Standard Time, 3 October 2014 and shall not exceed four (4) one-sided, 8-1/2 x 11 pages. This synopsis is only for market research purposes. This RFI does not constitute a request for proposal nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of response to this notice. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. No hard-copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will be considered. Interested offeror's shall address this requirement through this RFI in written format via email to monte.tartt@us.army.mil. Calls and fax transmittals in response to this RFI will not be accepted. Personal visits for discussing this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14b0a94db474a5db332d432622b3a1ea)
 
Place of Performance
Address: MICC - Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN03523830-W 20140925/140923235139-14b0a94db474a5db332d432622b3a1ea (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.