SOURCES SOUGHT
R -- Logistics Support Services at Rock Island Arsenal, Rock Island, IL 61299
- Notice Date
- 1/12/2011
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-11-R-5004
- Response Due
- 12/27/2011
- Archive Date
- 2/25/2012
- Point of Contact
- Steven Perry, 3097821088
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(steven.roderick.perry@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation announcement. This is a Sources Sought Notice only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women Owned Small Business, HubZone 8(a), 8(a), HubZone, Small Business, Emerging Small Business, Small Disadvantaged Business (SDB) and Large Business relative to NAICS Construction, Subsector 561, Facilities Support Services (size standard of $35.5 Million). The U.S. Army Contracting Command, Rock Island Contracting Center (RICC) is seeking sources for logistics support services at Rock Island Arsenal (RIA), Rock Island, IL. Sources are also required to be owned by U.S. citizens or incorporated in the U.S. The requirement is for 3 types of services: 1. Personal Property-Transportation Services at Rock Island Arsenal (RIA), Rock Island, IL 61299 for Department of Defense (DoD) military, Coast Guard, DoD civilian personnel and their dependents to include providing advice and assistance on packing, pick up, delivery, storage and claims of personal property shipments. 2. Mobile Equipment Operations to include providing services for the operation of RIA motor pool, dispatch of all vehicles and equipment, and the movement of cargo, equipment and passengers. 3. Mobile Equipment Maintenance to include providing maintenance and repair of Government owned vehicles and equipment managed by the RIA Garrison. A firm fixed price contract is anticipated with a base year and one option year. The base performance period is approximately 1 Dec 2011- 30 Nov 2012. The contractor shall provide all management, supervision, personnel, labor, generalized or specialized equipment, except that identified as Government Furnished, necessary to perform the services under the Performance Work Statements. The RICC requests demonstration of capability by interested parties through submittal of a brief capability statement. All capability statements should: 1. Not exceed and will be restricted up to eight (8) pages. 2. Shall be electronically submitted to the email address below. 3. Include small business classification (s): (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women Owned Small Business, HubZone 8(a), 8(a), HubZone, Small Business, Emerging Small Business, Small Disadvantaged Business (SDB) and Large Business relative to NAICS 561210 (size standard of $35.5 Million) 4. List references and experience, as prime contractor, in providing similar services for the past 3 years. The RICC intends to consider all comments and the responsive qualification packages when developing its final acquisition strategy and resulting solicitation(s). The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps and the Army Single Face to Industry (ASFI) Acquisition Business Web Site. All interested parties should check these sites frequently for updates. Please submit all Capability Statements by 2:00 PM CST on January 27, 2011 by email to steven.roderick.perry@us.army.mil. This is a source sought request which may used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. The RICC will only utilize the information you provide in developing its acquisition approach for future requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4c15b897c2141ddaa93729325eddeb03)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02359002-W 20110114/110112234337-4c15b897c2141ddaa93729325eddeb03 (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 |