SOURCES SOUGHT
M -- Performance of Ammunition Supply Point (ASP) and Theater Storage Area (TSA)
- Notice Date
- 3/2/2015
- Notice Type
- Sources Sought
- 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
- W52P1J-15-R-0090
- Response Due
- 3/2/2016
- Archive Date
- 4/1/2016
- Point of Contact
- Mary Beth Ford, 309-782-2723
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(marybeth.b.ford.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is a sources sought notice being used to conduct market research. This is a Request for Information (RFI) only regarding a tentative requirement for services at the Ammunition Supply Point (ASP) and Theater Storage Area (TSA) located at Camp Arifjan, Kuwait. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government (USG) to contract for any supply or service whatsoever. ACC-RI is issuing this RFI to determine if an adequate number of qualified contractors are interested in and capable of performing the technical, functional, and performance characteristics of providing Class V munitions supply support for all ammunition stocks accounted for by the 1st Theater Support Command (TSC) to U.S. Military/Government component, Department of Defense (DOD) agencies and, as required, Coalition Forces in the Central Command (CENTCOM) Area of Responsibility (AOR). The Government will use the responses received for information/planning purposes and to identify potential sources as part of market research. All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the USG. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential Offerors to monitor this site for additional information pertaining to this requirement. A draft Performance Work Statement (PWS) dated 11 February 2015 is attached which describes the technical, functional and performance characteristics of the work to be performed. It identifies essential functions and provides standards that shall be evaluated in terms of quality and/or timeliness of output. The Draft PWS describes only the currently contemplated possible scope of services and may vary from the work scope in a final PWS included in any future RFP. The anticipated period of performance is base year (which includes 90 days for the phase-in transition) with four one-year options, and a six months extension. All information received in response to this RFI marked quote mark Proprietary quote mark and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responders are solely responsible for all expenses associated with responding to this RFI. ACC-RI will not pay for information received in response to this RFI. Responses to the RFI will not be returned. The USG requests that interested parties respond to this notice by providing a brief description of the company and its capabilities of meeting the draft PWS requirements for the ASP/TSA as described in the attached draft PWS dated 11 February 2015 and phase-in capability within ninety (90) days of contract award. If an interested contractor cannot meet the 90 day phase-in performance requirement, it is requested that a capability statement be provided to include what timeframes can be accommodated and the rationale for needing the additional time. The capability statement shall all also include the following: contractor name, CAGE Code, DUNS number, Tax ID number, size category and socioeconomic status, point of contact, address, telephone and fax numbers, website and email addresses, and a brief descriptions of recent and relevant projects for tasks similar to those in the Draft PWS. Contractors shall submit RFI and capability statement to: Mary Beth Ford at marybeth.ford2.civ@mail.mil, phone number 309.782.2723 by 16 March 2015, 0800 CT. Notice to Contractors: All contractors who provide goods or services to the Department of Defense (DOD) must be registered in the System for Award Management (SAM). To register in SAM go to https://www.sam.gov/. If you should have any questions, concerns and/or comments please contact Mary Beth Ford at marybeth.ford2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fca1980b1dd019e12f6183359ae93ab8)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03655641-W 20150304/150302234355-fca1980b1dd019e12f6183359ae93ab8 (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 |