SOLICITATION NOTICE
R -- PRESOLICITATION NOTICE - Command Maintenance Evaluation and Training (COMET) Team Services and Support
- Notice Date
- 6/15/2020 3:07:57 PM
- Notice Type
- Presolicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-20-R-0015
- Response Due
- 6/30/2020 8:00:00 PM
- Archive Date
- 07/15/2020
- Point of Contact
- Tereshia Burford, Phone: 8086561003, Lisa K. Nakamoto, Phone: 8086560997
- E-Mail Address
-
tereshia.burford.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil
(tereshia.burford.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- PRESOLICITATION NOTICE The 413th Contracting Support Brigade, Regional Contracting Office, Hawaii (413th CSB, RCO-HI), intends to solicit proposals for a single award contract consisting of firm-fixed price (FFP) and Not-To-Exceed (NTE) contract line items.� The period of performance will consist of a 12-month base period (Performance commencement date on or about 15 September 2020) and two 12-month option periods to extend the term of the contract. The objective of this procurement is to Command Maintenance Evaluation and Training (COMET) Team Services and Support to the USARPAC G-4 in Hawaii and Guam. The COMET program is a proposed activity of the United States Army Hawaii (USARHAW) to establish teams that serves USARHAW organizations with logistics expertise and logistics training to improve soldier forces and capabilities in support of the National security and defense Strategies and sustainment of unit combat readiness. The United States Army Hawaii (USARHAW) provides sustainment management oversight for all Modified Table of Organization and Equipment (MTOE) assigned forces in USARHAW. The USARPAC G4�is responsible for the compliance of USARHAW sustainment policies and procedures, and evaluates and performs instruction to MTOE and Tables of Distribution and Allowances (TDA) units to ensure maintenance and logistic operations are conducted correctly.� The contractor shall perform all services for the USARPAC G4 Maintenance Management Division by providing sustainment assistance, evaluations, and instruction to units throughout USARHAW in accordance with Army Regulation (AR) 750-1, USARPAC Regulation 750-1 and AR 710-2. The contractor shall provide technically qualified personnel who can provide sustainment assistance, workforce augmentation, and instruction to military units at Hawaii and Guam. The COMET performs maintenance and evaluation functions, sustainment assistance and instruction to units throughout USARHAW in accordance with all applicable Army and USARHAW regulations, policies and references. This procurement will be a 100% Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside. At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Service Disabled Veterans-Owned Small Business (SDVOSB) under the North American Industry Classification System (NAICS) 541614 Process, Physical Distribution, and Logistics Consulting Services with the small business size standard of $16.5 million. No Solicitation or Request for Proposal (RFP) is currently available. The solicitation will be available for download on or about July 10, 2020. The solicitation will be issued in electronic format only and will be posted on the BetaSam.gov website located at https://beta.sam.gov/. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Proposal submissions will be due on or about August 10, 2020. Actual proposal due date will be specified in the solicitation.� The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal is the best value subjective trade off and meets the technical requirements indicated in the Performance Work Statement (PWS). The Best Value Subjective Tradeoff process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal where it may be in the best interest of the Government. At the time an offeror submits its offer, they must be registered within the SAM database in order to receive an award for this procurement. The website for SAM is https://beta.sam.gov/. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR)/FedReg, and Online Representation and Certifications Application (ORCA). Questions may be directed to Tereshia Burford via e-mail to: tereshia.burford.civ@mail.mil �This is a new requirement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4a9d857e505b4cd0bb84e5602c150d2c/view)
- Place of Performance
- Address: Schofield Barracks, HI 96857, USA
- Zip Code: 96857
- Country: USA
- Zip Code: 96857
- Record
- SN05690544-F 20200617/200615230210 (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 |