Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2024 SAM #8300
SOURCES SOUGHT

Z -- RFI_Mini-Total Maintenance Contract Bridge 2024

Notice Date
8/16/2024 12:05:46 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
0409 AQ HQ CONTRACT APO AE 09227 USA
 
ZIP Code
09227
 
Solicitation Number
RFI_Mini-TMC_Bridge_2024
 
Response Due
8/25/2024 3:00:00 AM
 
Archive Date
09/09/2024
 
Point of Contact
Cara Borowski, Thomas Guyer
 
E-Mail Address
cara.l.borowski2.civ@army.mil, thomas.r.guyer.civ@army.mil
(cara.l.borowski2.civ@army.mil, thomas.r.guyer.civ@army.mil)
 
Description
The U.S. Army, 409th CSB, Unit 23163, APO AE 09227, intends to award a sole source action for the continuation of contract services for Facility Maintenance and Repairs in support of the USAG-RP installations of Germersheim Army Depot (GAD), AAFES Gruenstadt Depot, and Coleman Worksite. This RFI is issued to meet the requirements in DFARS 206.302-1(d), and DFARS Procedures, Guidance and Information (PGI) 206.302-1(d). Contract services are currently performed under the Mini Total Maintenance Contract (MTMC) for USAG-RP, W564KV-16-D-0008. Contract services include operations, maintenance and repair of real property, and maintenance and repair of installed building equipment (IBE) and equipment-in-place (EIP). �The contract covers the USAG-RP installations of GAD, AAFES Gruenstadt Depot, and Coleman Worksite. Estimated value of the MTMC sole source action is $50M and the ordering period is a base period of seven (7) months with one (3) three-month option period. This sole source action allows the Government sufficient time to complete the follow-on contract.� Proposed contractor information: Elektro-Kr�ck-GmbH Ferdinand-Porche-Strasse 19 67269 Gr�nstadt Germany Unique Entity ID: MJMTVQ571MF3 Registration Expires: 12 July 2025 5. BACKGROUND: The incumbent contract, W564KV-16-D-0008, was awarded on 31 August 2016 as an Indefinite Delivery Indefinite Quantity (IDIQ) contract that expires on 30 November 2024. It is a supplementary contract to W564KV12D0010 and encompasses work locations that W564KV12D0010 did not contain. The re-compete for W564KV12D0010 included the locations that are under contract W564KV16D0008 and was completed under contract W564KV22D0001. The U.S. Army is currently conducting proposal evaluations and source selection in support of the follow-on contract. The solicitation for the follow-on contract, W564KV-20-R-2000, was issued on 9 March 2020 using competitive procedures promoting full and open competition and all responsible sources were permitted to compete. Award was made on 28 February 2022, which was subsequently protested at the Government Accountability Office (GAO). The Army is currently conducting corrective actions. The Government anticipates completing the source selection process and making the new award decision during the early fourth quarter of Fiscal Year 2025 (Q4 FY25). The follow-on contract will include a 90-day phase-in period and full performance will begin during Q4 FY25. The sole source action is required to prevent a lapse in service from November 2024 until performance of the follow-on contract begins during Q4 FY25. The Government contemplates a sole source action with the incumbent as the size and complexity of the requirement necessitates a 90-day phase-in period for the mobilization of equipment and materials, personnel assets, as well as the completion of background checks and other administrative procedures required for installation access purposes. 6. SUBMISSION REQUIREMENTS: The anticipated sole source action will be in accordance with FAR 6.302-1. As previously stated, this RFI is issued to meet the requirements in DFARS 206.302-1(d), and DFARS PGI 206.302-1(d). This RFI is not a request for competitive proposals, however, responsible sources who submit a capability statement or proposal within 10 calendar days after the publication date of this RFI will be considered by the Agency. A determination by the Government to compete this contract requirement based upon responses to this RFI is solely within the discretion of the Government. It is a notice to determine if a comparable source exists and outlines the Government�s intent to contract on a sole source basis.�Interested sources shall submit their written capabilities to execute the requirements above and include their plan to start work by the end of November 2024.�Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government and can avoid a break in service for the Mini Total Maintenance Contract. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, and e-mail address.�Detailed written capabilities must be submitted by email to Thomas.R.Guyer.civ@army.mil and Cara.L.Borowski2.civ@army.mil in an electronic format that is compatible with Microsoft Office 2016 applications (MS Word), no later than 1 p.m. Central European Summer Time (CEST) on 25 Aug 2024. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8bc3d7acf1d840b595d6b56a0044fa9b/view)
 
Place of Performance
Address: Germershiem_Gruenstadt, DE-RP, DEU
Country: DEU
 
Record
SN07174562-F 20240818/240816230118 (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.