Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2019 SAM #6559
SOURCES SOUGHT

R -- US Army Central (USARCENT) Training Support Service (TSS)

Notice Date
11/12/2019 5:42:28 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826 USA
 
ZIP Code
32826
 
Solicitation Number
W900KK-19-R-0048
 
Response Due
11/19/2019 4:00:00 PM
 
Archive Date
11/12/2020
 
Point of Contact
Daniel J. Steinhauer, Contract Specialist, Phone: 4072085820Phillip B. Davis, Contract Specialist, Phone: 4073845335
 
E-Mail Address
daniel.j.steinhauer.civ@mail.mil, phillip.b.davis16.civ@mail.mil
(daniel.j.steinhauer.civ@mail.mil, phillip.b.davis16.civ@mail.mil)
 
Description
***Update as of 12 November 2019***Attached DRAFT documents for the US Army Central (USARCENT) Training Support Services (TSS) Solicitation (W900KK-19-R-0048), including:1. Section B, Description of Supplies and Services2. Section L, Instruction to Offerors3. Section M, Evaluation Criteria4. Performance Work Statement (PWS)5. Technical Experience Reference Workbook6. Price Workbook7. Q&A Comment FormThe Government anticipates releasing the Final RFP, subsequent to the Solicitation Review Board (SRB), currently scheduled for 20 Nov. 2019.To clarify Tuesday's 12 Nov. 2019 PALT Session Announcement. Offerors will be requred to respond to Phase 1, Technical Experience, 10-14 days from release of the Final RFP. Shortly after Offeror's submission of Phase 1, the Government will assess whether Offeror's are qualified to enter into Phase 2 and will inform Offerors. Phase 2 responses, including response to the Program Managment & Cost/Price Factors, likely will not be required until after the holiday (Mid Jan 2020).*** Update as of 16 August 2019 ***The Government has attached an updated PWS. The PWS identifies multiple changes in scope and requirements. The Program of Instruction (POI) creation has changed to management of the current POI library. The Government added the operation and maintenance of the Kuwaiti Multi-Purpose Range complex located at the Udairi Range Complex (URC). This includes tower operations during training events, range berm, roads, target area maintenance as well as target test, set up and removal.The Government anticipates the following Contract Line Item Number (CLIN) structure:CLIN # Description TypeX001 Phase-In Operations FFPX002 Program Management FFPX003 Instructor / Operator (I/O) Services FFPX004 Maintenance and Lifecycle Support FFPX005 Training Support Center (TSC) FFPX006 Material and ODC COSTX007 Deployable Range Capability (DRC) FFP Option CLINX008 Kuwaiti Multipurpose Range Complex FFP Option CLINX009 Travel COSTX010 Defense Base Act Insurance / Housing COSTX011 Contractor Manpower Reporting NSPX012 Technical Documents NSPX013 Contractor Acquired Property NSPThe solicitation is not finalized but the Government is contemplating the following evaluation method. The Government will require the Offerors to initially submit (4) of the (5) proposal volumes;Volume I Factor 1 Technical Experience,Volume II Factor 2 Small Business ParticipationVolume III Factor 3Technical,Sub factor 1 - Program ManagementSub factor 2 - Udairi Range Complex Execution PlanVolume V Administrative and Contract InformationThe Government will request Volume IV Factor 4 Cost/ Price after all other Factors have been evaluated. Offerors with compliant and acceptable proposals within the Competitive Range will be required to submit Volume IV Factor 4 Cost/Price. The Volume IV must be submitted within 14 calendar days after notification of the competitive range.Volume I Factor 1 Technical Experience and Volume II Factor 2 Small Business Participation will be evaluated first on an Acceptable / Unacceptable basis. Small Business Participation shall be 15% of the total contract value. The Technical Experience criteria will be released in a future public posting. After Factor 1 & 2 are completed, the Government will evaluate Volume III Factor 3 Technical. Only Offerors with Unacceptable Factor 1 or 2 will be notified that they are non-compliant and have been removed from consideration.Please provide any input or questions regarding the attached updated PWS, potential CLIN structure, and the potential evaluation criteria prior to 14 September 2019.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8be54c2847bf48198431442a439c4b01/view)
 
Place of Performance
Address: ARCENT Area of Operation, USA
Country: USA
 
Record
SN05492940-F 20191114/191117144244 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.