Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2014 FBO #4726
SOURCES SOUGHT

J -- FOR INFORMATION PURPOSES ONLY

Notice Date
10/31/2014
 
Notice Type
Sources Sought
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
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-0005
 
Response Due
11/14/2014
 
Archive Date
12/30/2014
 
Point of Contact
Monte Tartt, (915) 568-0000
 
E-Mail Address
MICC - Fort Bliss
(monte.tartt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 who can provide specific innovative solutions that mitigate the inherit risk associated with a short effort. A bridge contract is necessary to minimize the current lapse in services between the current contract and issuance of the enterprise wide solution. 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 field logistics and maintenance services for tactical and non-tactical equipment in two levels of field support (organizational and direct) for 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. BROAD DESCRIPTION of WORK: Repair and service tactical and non-tactical vehicles and equipment as required by the current service schedule. The Contractor shall be proficient with the Army Maintenance program; Army Materiel Maintenance procedures; Army equipment and components and provide skilled labor for same. The Maintained Contract Augmentation Team (MCAT) COR and QAR will monitor the program. The MCAT customers are units or Army activities that are resourced to perform these maintenance functions using a government work force. The majority of services shall be performed at McGregor Range, NM; however some services shall be performed at other locations as described in this contract or as directed by the LRC or Contracting Officer. The performance work statement provides a general depiction of the types maintenance functions and services required. 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 solutions, and capability statements to monte.tartt@us.army.mil. Submission shall be received by 3:00 PM, mountain Standard Time, 15 November 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. quote mark if the recipients believe that the Army is unreasonably restricting competition, they need to contact the Advocate for Competition, Dean Carsello at dean.m.carsello.civ@mail.mil. Concerns must address the title of the requirement, the SSS reference, and specifically why the respondent believes the Army is quote mark unreasonably quote mark restricting competition. 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/dbd921dbc0b9cf8f061cb547ceca789d)
 
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
SN03563583-W 20141102/141031234326-dbd921dbc0b9cf8f061cb547ceca789d (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.