SOURCES SOUGHT
R -- Down Range Logistics Support - Package #1
- Notice Date
- 10/26/2016
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 410th CSB (W912PX) RCO Key West, PO BOX 9051 NAS KEY WEST, KEY WEST, Florida, 33040-9051, United States
- ZIP Code
- 33040-9051
- Solicitation Number
- W912PX-17-R-0002
- Point of Contact
- Richard P Hill, Phone: 3052935689, Paula Claudio, Phone: 3052935821
- E-Mail Address
-
richard.p.hill37.civ@mail.mil, paula.claudio.civ@mail.mil
(richard.p.hill37.civ@mail.mil, paula.claudio.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft Attachment 8 to PWS - USCG Airfield Survey Draft Attachment 7 to PWS - Customer Service Survey Draft Attachment 6 to PWS - DD254 Draft Down Range Logistics PWS Draft Solicitation as of 26 Oct 2016 SOURCES SOUGHT / PRESOLICITATION NOTICE The Joint Interagency Task Force-South (JIATFS) is seeking 8(a) sources for the contemplated contract for Down Range Logistics Support. INTRODUCTION: The JIATFS is currently conducting market research to determine qualified, experienced, and interested potential 8(a) sources. The information requested by this sources sought notice will be used within JIATFS to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a 12 month base period and four 12 month option periods. DISCLAIMER: This sources sought notice is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this sources sought notice. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. CONTRACT/PROGRAM BACKGROUND Contract Number: W912PX-14-C-0001 Contract Type: FFP with Cost CLINs for Travel and DBA Insurance Incumbent: Expeditionary Technology Services Inc. - 8(a) Program Participant Method of previous acquisition: 8(a) sole-source award Expiring Date: 27 Feb 2017 DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Logistics Support Services - CONUS and OCONUS within Joint Interagency task Force South (JIATFS) Joint Operations Area (JOA), Key West, FL, Central and South America and the Caribbean Islands as defined in this Performance Work Statement except for those items specified as government furnished property, equipment, facilities or services. The contractor shall perform to the standards in this contract. SCOPE: The contracted logisticians provide translation of host nation languages and possess a thorough understanding of the idiosyncrasies of the customs and cultures of each country. They provide hands-on reception; bed down and redeployment logistical support for CIT operations and deployments throughout the JOA and are available 24 hours-a-day, 7 days-a week. They facilitate procurement of supplies and services from the local economy in support of myriad requirements directly supporting the CIT mission. They also have the ability to provide full support at remote Forward Operating Sites (FOS) throughout the JOA. Additionally, they play an essential role in CIT operational and tactical planning, site survey coordination, and airport/seaport facility study updates as required. They provide critical support and are key enablers of the CIT mission throughout the JOA. SPECIFIC PLACE OF PERFORMANCE: Contract employees are required to live within the JOA as a forward-deployed JIATFS logistician in the following countries, which are subject to change depending on mission requirements: Current Locations: Key West, FL, USA, Panamá, and Costa Rica. Possible other locations include: Ecuador, Honduras, Peru and Colombia. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 541614 Process, Physical Distribution, and Logistics Consulting Services. The small business size standard is $15 Million. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, e-mail address and CAGE Code. 2. Identification of business size and whether currently designated as an SBA 8(a) Program Participant. 3. Demonstrate your ability to provide DRL support as described in the attached PWS. 4. Please provide any comments/concerns or risk with the current PWS. If your company has an interest in submitting a Capability Statement on the tasks described above, please respond no later than 12:00PM EST 11 Nov 16. Please provide your questions and Capability Statement to Mr. Richard Hill, Contract Specialist at richard.p.hill37.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c0eb247444727e37f113cd3d064a5c95)
- Place of Performance
- Address: Joint Interagency Task Force South, Truman Annex, Key West, Florida, 33040, United States
- Zip Code: 33040
- Zip Code: 33040
- Record
- SN04313485-W 20161028/161026234454-c0eb247444727e37f113cd3d064a5c95 (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 |