Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

R -- 2023 EAGLE BOA Synopsis

Notice Date
5/25/2023 10:51:36 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-R-0097
 
Archive Date
06/30/2023
 
Point of Contact
Lisa B Ball, Jessica R. Hubner
 
E-Mail Address
lisa.b.ball.civ@army.mil, jessica.r.hubner.civ@army.mil
(lisa.b.ball.civ@army.mil, jessica.r.hubner.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement is the annual synopsis for requirements falling under the scope of the Enhanced Army Global Logistics Enterprise (EAGLE) program.� This annual synopsis covers requirements related to Army Materiel Maintenance Services, Retail/Wholesale Supply Services, and/or Transportation Support Services that fall within the scope of, and are designated for performance under, the EAGLE program and which emerge within the year after this annual synopsis is published, including but not limited to, the requirements specifically identified herein.� The Basic Ordering Agreement (BOA) Request for Proposal (RFP) will be the only opportunity contractors will have to obtain an executed EAGLE BOA in order to propose against the subsequent Task Order (TO) RFPs. The Army Contracting Command, Rock Island intends to issue a BOA RFP (Step 2 of the three-step procurement process) applicable for all EAGLE (TO) requirements emerging this year.� Any responsible offeror may submit a proposal in response to the BOA RFP.� The BOA RFP will result in the execution of BOAs with offerors determined to be technically acceptable in accordance with the requirements of the solicitation. �Separate TO RFPs (Step 3) will also be issued for each of the EAGLE requirements emerging within the year; however, the BOA RFP will be the only opportunity contractors will have to obtain an executed EAGLE BOA in order to propose against the subsequent TO RFPs. �BOA proposals will not be solicited nor accepted, and BOAs will not be executed, at any time other than during the annual BOA RFP, even for those emergent requirements not specifically identified herein; as such, if a contractor would like to have the opportunity to be able to participate in any future EAGLE TO that may arise within the next year, it is imperative that the contractor submit a proposal in response to the BOA RFP released subsequent to this synopsis. The estimated release of the BOA RFP W519TC-23-R-0097 is June 2023; the closing date for the receipt of proposals will be identified in the RFP.� The BOA RFP will be issued electronically, as will any amendments thereto.� Contractors are advised to periodically review SAM (SAM.gov) in order to obtain any amendments which may be issued; failure to obtain any said amendments and to respond to them prior to the closing date and time of the BOA RFP may render the proposal nonresponsive and result in its rejection.� Questions may be addressed to the EAGLE mailbox at usarmy.ria.acc.mbx.eagle@army.mil.� As noted above, this synopsis covers all EAGLE requirements that emerge within the year after this annual synopsis is published.� This includes, but is not limited to, the following requirements which have already been identified and designated for performance under the EAGLE program and for which the issuance of a TO RFP is already anticipated (though RFPs for upcoming EAGLE requirements will not be issued until the BOA execution process under RFP W519TC-23-R-0097 is actually completed): Ft. Campbell, KY:� The contractor will provide Maintenance, Supply, and Transportation support and associated activities for support of Fort Campbell tactical and government civilian activities.� Maintenance support services include: Field and limited Sustainment level maintenance support for both tactical and non-tactical equipment for Fort Campbell tactical units (Pass Back Maintenance) and government civilian activities (Base Ops Maintenance).� As required, maintenance support will also be provided for, but not limited to, the following Army programs: Unit Maintained Equipment (UME); Field Level Reset; National Maintenance Program (NMP); Modernization Displacement and Repair Site (MDRS); and unit capability augmentation through the use of on-site Maintenance Support Teams (MSTs) and Back-up Maintenance support as required.� Supply support services requirements include: Retail Supply Support Activity Management (Class of Supply include II, IIIP, IV, VII AND IX), Central Issue Facility (CIF) Operations, Ammunition Supply Operations/ Management (ASP), Installation Property Book Management, Individual Chemical Equipment Warehouse Operations, Subsistence Supply Management, and Hazardous Material (HAZMAT) Supply and Services. Transportation functions include providing Transportation Motor Pool (TMP), Personal Property Processing Office (PPPO) and freight service operations, Arrival/Departure Airfield Control Group (A/DACG), Unit Movements to include movement control team (MCT) operations, deployment container maintenance and management, repair and document control, rail crew support and general maintenance of locomotives and track reviews, and management of Privately Owned Vehicles (POV) Storage Yard.� The contract will have provisions to support customers in all supply, maintenance, and transportation functions within the scope of the contract as support is not limited by program names or acronyms.� The estimated release date of the RFP is 1st Quarter FY24, with a closing date approximately 30 days after the release.� The estimated task order award is 3rd Quarter FY 24.� This requirement may be issued as a 100% Small Business Set-Aside.� However, it is undetermined at this time. Ft. Gordon, GA: The contractor will provide Field and Sustainment level maintenance support to tactical units, TDA units and Government civilian activities. ISSD provides supply & services support to include Central Issue Facility (CIF) operations, hazardous material (HAZMAT) warehousing operations and retail supply operations through the Installation�s classes of supply I, II, III, IIIP, IIIB, IV VII and IX. ITD provides Personal Property Shipping Office Operations (PPSO), personnel movement support and transportation motor pool (TMP) management for the Installation. The estimated release date of the RFP is 1st QTR FY24, with a closing response date approximately 30 days after the release.� The estimated task order award is 3rd QTR FY 24.� This requirement may be issued as a 100% Small Business Set Aside. However, it is undetermined at this time. Ft. McCoy, WI: �The contractor will provide logistical support, including but not limited to the following functional areas: Field and sustainment level maintenance on tactical and non-tactical equipment. Transportation requirements could include providing Transportation Motor Pool (TMP), Personal Property Processing Office (PPPO); rail operations, deployment/redeployment operations; and freight service operations. Supply requirements could include Asset Management (Installation Property Book and Equipment Management; Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Central Issue Facility (CIF) Operations, and Ammunition Supply Operations and Ammunition Supply Point (ASP) Management. The contractor shall provide the capability to support Mobilization Force Generation Installation (MFGI) teams for a no-notice, large scale partial or full mobilization, Emergency Management Response (EM), Natural Disaster Response, and Defense Security Cooperation Agency (DSCA) in the areas of supply, maintenance and transportation as missions are identified with in the installation�s region of responsibility. SECRET Facility Clearance Required. Estimated release date of the Request for Proposal (RFP) is 4th Quarter FY24, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 25. This requirement may be issued as a 100% Small Business Set Aside.� However, it is undetermined at this time. Joint Base Lewis � McChord (JBLM) and Yakima Training Center (YTC), WA: �The contractor will provide logistical support including, but not limited to, field and sustainment level maintenance on tactical and non-tactical equipment (excluding wheeled vehicles).� This includes but is not limited to the following Army programs: Unit Maintained Equipment (UME), container repair, and Unit augmentation to maintenance programs. �The contractor will also provide support for transportation and supply operations.� Transportation functions include providing a Transportation Motor Pool (TMP), Joint Base Shuttle Services, Personal Property Processing Office (PPPO), freight service operations and Unit Movement Coordination.� Contractor will provide support to Installation Supply Support Activities (ISSA) (GCSS-Army 2001 plant), packing, crating, blocking, bracing and containerizing. Hazardous Material Management Program (HMMP), including the Hazardous Material Control Center/Control Point (HMCC/HMCP). �Contractor will provide support to Modernization Displacement and Repair Site (MDRS) for transportation, maintenance, and supply operations.� The estimated release date of the RFP is 4th Quarter FY23, with a closing date approximately 30 days after the release. �The estimated task order award is 2nd Quarter FY 24. �This requirement may be issued as a 100% Small Business Set Aside. However, it is undetermined at this time. Ft. Liberty, NC (formerly Ft. Bragg):� The contractor shall provide the appropriate amounts of qualified labor and management necessary to perform all logistics support services (to include functions required to perform named tasks) ordered under this task order in a cost effective, safe, and environmental sound manner. This support will focus primarily on the following functional division/areas to include the associated logistics analysis and management functions in support of the AFSBn-Liberty mission: Installation Maintenance Division (IMD) Field and sustainment level maintenance on tactical and non-tactical equipment which could include:� Fire/Rescue Vehicle Maintenance and repair; non-tactical commercial communication and electronics equipment; Pope Army Airfield Vehicle and Ground Equipment Maintenance Support; Life Cycle Management Command (LCMC) Maintenance Program; Pre-Deployment Training Equipment (PDTE); routine tactical maintenance back-up; Unit Maintained Equipment (UME) and Contact Maintenance Support Teams (CMSTs) as required to provide Field Level Maintenance services and repairs at supported Units Motor Pools and/or other maintenance facilities on Fort Bragg and other AR 5-9 Installation agreements. Installation Supply Division (ISD) Transportation Motor Pool (TMP) operations (Bragg, Pope Air Crew Shuttle) Unit Movement Services, Installation Transportation Deployment Support Activity (ITDSA) operations, Arrival/Departure Airfield Control Group (ADACG) operations, Installation Transportation Office Air Movements support, Container Management, Rail Support Activity operations, Pope AAF Intermodal Cargo Movement support, Personal Property Shipping Office (PPSO), Freight service operations; Personnel Movement and Travel Support Operations. Installation Transportation Division (ITD) Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), to include Central Receiving Point (CRP), Operate the Hazardous Materials Control Center (HMCC), Provide Fuel Delivery Services, Arms Room support services, Central Issue Facility (CIF) Operations to include e-ordering and Non-destructive Test Equipment (NDTE), Handle Reparable Items, Provide Installation DODAAC Coordinator Services, Installation Property Book and Equipment Management Property Accountability (to include PDTE), Property Accountability and Audit Teams (PAAT), Ammunition Supply Operations and Ammunition Supply Operations and Ammunition Supply Point (ASP) Management. Modernization Displacement and Repair Site Program (MDRS) MDRS provides immediate property accountability relief and reimbursable maintenance and coordination transportation as required to expedite equipment displacement for redistribution or divestiture. MDRS provides disposition to transfer equipment using established lead material integrator flow through proposed sourcing decision processes leveraging gaining MDRS UICs and DoDAACs. The requirements will involve conducting joint inventory or inspection to maintain supply discipline and ensure minimal health, hazmat, safety or security requirements are met and determine accurate condition code and shortages. GCSS-A data will be transferred from Losing UIC to MDRS UIC and subsequently to end Gaining UIC as applicable. MDRS will execute maintenance or supply transactions as defined by the DST disposition instructions for turn-ins or TM10/20 actions for lateral transfers. It will provide immediate supply accountability relief through lateral transfer to the MDRS Derivative Unit Identification Code.� The estimated release date of the RFP is 4th Quarter FY23, with a closing date approximately 30 days after the release.� The estimated task order award is 2nd Quarter FY 24.� This requirement may be issued as a 100% Small Business Set-Aside.�� However, it is undetermined at this time. Detroit Arsenal, MI:� The contractor will provide shipping and receiving operations, warehousing, equipment support, relocation of office equipment and personnel, freight operations, and operation of a virtual Hazardous Materials Management Control Center (HMMCC). �Equipment support includes such functions as: maintenance and repair of office furniture and equipment (except ADPE); locksmith services; maintenance and repair of fire trucks; transportation motor pool vehicles and general equipment maintenance at the Detroit Arsenal. �The estimated release date of the Request for Proposal (RFP) is 4th Quarter FY23, with a closing date approximately 30 days after the release. �The estimated task order award is 2nd Quarter FY24. �This requirement may be issued as a 100% Small Business Set Aside. However, it is undetermined at this time. Aberdeen Proving Ground, MD:� The contractor will provide full scope of ground maintenance support to include but not limited to the following Army programs: Life Cycle Management Command Maintenance Program, Field Level Reset Program, Routine Tactical Maintenance Backup, and Unit Augmentation and Back up Maintenance Program. Transportation functions include supporting the Installation Transportation Office (ITO). Supply requirements include Supply Support Activity Management of supply classes I, II, IIIP, IV, VII and IX, and Central Issue Facility (CIF) Operations, Property Accountability, Ammunition Supply Operations and Ammunition Supply Point (ASP) Management, and instillation property book and equipment management. The estimated release date of the RFP is 4th Quarter FY 2023, with a closing date approximately 30 days after the release.� The estimated task order award is 2nd Quarter FY 24.� This requirement may be issued as a100% 8(a) set-aside. However, it is undetermined at this time. Ft. Cavazos, TX (formerly Ft. Hood):� Ft Cavazos, is home to several legendary US Army Units, including Headquarters III Corps; First Army Division West; the 1st Cavalry Division; 3rd Calvary US Army Garrison, Regiment, 13th Sustainment Command (formerly 13th Corps Support Command); 89th Military Police Brigade; 504th Battlefield Surveillance Brigade; 85th Civil Affairs Brigade; 36th Engineer Brigade, 504th Military Intelligence Brigade, 3rd Securities Force Assistance Brigade, 1st Medical Brigade; 48th Chemical Brigade, US Army Operational Test Command, and the 69th Air Defense Artillery Brigade.� In order to support Ft Cavazos, the Army has entrusted the logistics operations of Maintenance, Supply, and Transportation, specifically, to the Fort Cavazos Army Field Support Battalion (AFSBn). Currently, the AFSBn is directly responsible for providing the required support services in the aforementioned areas in accordance with AR 5-9 Area Support Responsibilities. Customers for this effort may include Department of the Army, Coalition partners, foreign Governments, and other Department of Defense agencies. Functional and programmatic services may be required by any Army organization, at any level, including Army Commands (ACOM), Army Service Component Commands (ASCC), and Direct Reporting Units (DRU) as well as other U.S. Agencies, Coalition partners, foreign Governments with whom the Army has entered into an agreement. Supported Units are subject to change during the course of this effort. Total Soldier population supported is in excess of 47,000. Contracted services will include field and limited sustainment level maintenance of Army tactical and non-tactical equipment, Food Service Equipment (FSE) maintenance, a Property Accountability Augmentation Team (PAAT), Retail Supply Services, operation of an Ammunition Supply Point (ASP) and Ammunition Residue Yard (ARY), Motor Pool Operations, a mobile Fuel dispensing operation, and the operation of a Modernization, displacement and Repair Site (MDRS). The estimated release date of the RFP is 3rd Quarter FY24, with a closing date approximately 30 days after the release.� The estimated task order award is 1st Quarter FY 25.� This requirement may be issued as a 100% Large Business. However, it is undetermined at this time. Redstone Arsenal, AL:� The contractor will provide field and sustainment level maintenance support to Redstone tenants and other DoD organizations.� Transportation functions include providing Transportation Motor Pool (TMP), Personal Property Processing Office (PPPO), Passport Operations Passenger Movements, Material Movements, and Freight Service operations. Supply requirements include, Supply Support Activity and Central receiving operations, Packaging and Crating for Army Working Capital Fund material, Quality Assurance for Ammunition Surveillance, CIF Operations, and Asset Management Services.� The estimated release date of the RFP is 4th Quarter FY23, with a closing date approximately 30 days after the release.� The estimated task order award is 2nd Quarter FY 24.� This requirement may be issued as a 100% 8(a) set-aside. However, it is undetermined at this time. Presidio of Monterey, CA: The contractor will provide full scope ground maintenance support to include but not limited to the following equipment types: Non-Tactical Vehicles (NTV), Special Purpose Vehicles, Material Handling Equipment, Communications and Electronics Equipment, and Small Arms Weapons. The contractor will provide supply and services such as operating a Central Receiving Point (CRP) for Supply Classes I, II, III, IV, VII, and IX, managing and operating the Consolidated Installation Property Book Office (CIPBO), Warehouse Operations, and Laundry Turn in/Drop off Point. The contractor will provide Transportation services to include operating a Transportation Motor Pool (TMP) and Personal Property Shipping Office (PPSO), provide freight services for government owned equipment, and perform various Installation Transportation Office (ITO) staff support activities. The estimated release date of the RFP is 1st Quarter FY24, with a closing date approximately 30 days after the release.� The estimated task order award is 3rd Quarter FY 24.� This requirement may be issued as a 100% Small Business Set-Aside. However, it is undetermined at this time. Ft. Knox, KY: The contractor will provide logistical support including, but not limited to, the following functional areas: Field and sustainment level maintenance on tactical and non-tactical equipment which could include: Life Cycle Management Command (LCMC)Maintenance Program, Pre-Deployment Training Equipment (PDTE), routine tactical maintenance back-up, and unit augmentation and back up maintenance programs, and Food Service Equipment (FSE); Transportation functions could include providing Transportation Motor Pool(TMP), Personal Property Shipping Office (PPSO) and freight service operations; Supply requirements could include Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Central Issue Facility (CIF) Operations, Property Accountability (to include PDTE), Ammunition Supply Operations and Ammunition Supply Operations and Ammunition Supply Point (ASP)Management, Installation Property Book and Equipment Management Property Accountability Augmentation Teams (PAAT). The contractor shall provide the capability to support Mobilization Force Generation Installation (MFGI) teams for a no-notice, large scale partial or full mobilization in the areas of supply, maintenance and transportation as missions are identified with in the installation�s region of responsibility. The estimated release date of the Request for Proposal (RFP) is 3rd Quarter FY24, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 25. This requirement may be issued as a 100% 8(a) Set Aside. However, it is undetermined at this time. Ft. Jackson, SC: The contractor will provide logistical support, including, but not limited to, the following functional areas: Maintenance support for Garrison Dining facilities Installation Supply and Services Division (ISSD) provides supply & services support to include Central Issue Facility (CIF) operations, CIIP operations, warehousing operations, and retail supply operations through the Installation�s classes of supply I, II, III, IIIP, IIIB, IV, V, VII and IX. Installation Transportation Division (ITD) provides Personal Property Processing Office Operations (PPPO), Troop Movement Support and Transportation Motor Pool (TMP) management for the Installation. The estimated release date of the Request for Proposal (RFP) is 3rd Quarter FY24, with a closing date approximately 30 days after the release.� The estimated task order award is 2nd Quarter FY25.� This requirement may be issued as a 100% Small Business Set-Aside. However, it is undetermined at this time. For each EAGLE task order, the contractor will be required to furnish all of the services, personnel, labor, facilities, materials, supplies, and equipment to accomplish required tasks unless specific items of Government Furnished Property / Material, PWS or Government Provided Services are called out in the TO RFP.� The scope of the requirements and estimated RFP release dates and award dates noted above are subject to change.� Once an EAGLE requirement is identified, the anticipated dates for RFP issuance and Task Order award will be posted on SAM and periodically updated as necessary.� The Army will not issue a separate synopsis for each of the EAGLE requirements emerging within the year prior to issuing the applicable Task Order RFP.� Task Order RFPs will be issued electronically on SAM in accordance with FAR 4.5 and 5.201; hardcopies will not be provided, but contractors can download a copy of a Task Order solicitation from SAM on or after the issuance date. It is the Government�s intent that EAGLE Task Order RFPs valued at ?$41.5M will be set-aside for competition amongst the small business EAGLE BOA holders; however, individual EAGLE Task Order RFPs will identify whether the Task Order is being set-aside for small business. Some EAGLE Task Orders will require a SECRET Facility Clearance. �For those such Task Orders, the offerors (and subcontractors performing applicable tasks) will be required to possess the SECRET Facility Clearance at the time of the RFP closing date, at the time of award, and throughout the life of the contract.� The offeror (i.e. the legal entity that is submitting the proposal and would be identified as the awardee of the contract) will be required to possess the SECRET Facility Clearance itself and will not be able to rely solely on the clearance of a subcontractor; for a proposal submitted by a Joint Venture, the SECRET Facility Clearance must be granted under the name and CAGE code of the Joint Venture itself for it to be eligible for award, regardless of whether the managing partner or all members of the Joint Venture have a SECRET Facility Clearance.� Possession of an INTERIM SECRET Facility Clearance at the time of RFP closing date may be sufficient to meet the requirement for some Task Orders, provided that it can be validated by the Defense Security Service (DSS); however, if access to classified COMSEC information will be necessary for the performance of a Task Order, FINAL US Government Clearance at the appropriate level will be necessary to perform upon award.� Possession of a BOA will not alleviate the need for the SECRET Facility Clearance, therefore, offerors who plan on competing for the task order solicitations that require a SECRET Facility Clearance will need to obtain the SECRET Facility Clearance via sponsorship from another contractor who already possesses a SECRET Facility Clearance. �Eligibility information and requirements can be found at www.dss.mil. � To be eligible for award, offerors must be registered in the System for Award Management at SAM.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a933daa6f1b4fd08486fe83f75ad75d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06694396-F 20230527/230525230111 (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  © 1994-2020, Loren Data Corp.