Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOURCES SOUGHT

R -- Aviation Logistics Management/ALSE Maintenance Support Services

Notice Date
1/25/2011
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG03221000
 
Response Due
2/7/2011
 
Archive Date
4/8/2011
 
Point of Contact
Dawn Montgomery, (915) 569-8367
 
E-Mail Address
Fort Bliss DOC
(dawn.montgomery@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Sources Sought No. W911SG03221000 The U.S. Army Mission and Installation Contracting Command Fort Bliss has a requirement for Aviation Logistics Management/Aviation Life Support equipment Maintenance Support Services at Fort Bliss, TX 79916. This is not a Solicitation Announcement and is not a Request for Proposals and does not obligate the Government to any contract award. THERE WILL NOT BE A SOLICITATION OR PERFORMANCE WORK STATEMENT AVAILABLE. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA) certified: HubZone and Service Disabled Veteran-Owned firms relative to the North American Industry Classification Code (NAICS) 541614 Process, Physical Distribution and Logistics Consulting Services. The Small Business Size Standard is $7 million. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision about soliciting this project as a competitive Set-Aside for HubZone or Service Disabled-Veteran Owned firms, or to proceed with full and open competition as Unrestricted. NAICS Code 541614 Process, Physical Distribution and Logistics Consulting Services: Award of a Firm Fixed Price Contract (FFP) consisting of a base year and two option years is anticipated. Work will be performed within the area of operation of the requiring office including Continental United States (CONUS) and Outside the Continental United States (OCONUS). PROJECT INFORMATION: Work within the scope of the performance work statement is best categorized as Integrated Aviation Logistics Support program and life cycle maintenance support. The Contractor shall provide program management, labor, planning, and coordination to ensure effective implementation of all tasks including the areas of program status reporting, configuration management, technical data support, maintenance support, and quality assurance on behalf of the Government. The Contractor shall provide one Senior Aviation Logistics Management Specialist and one Aviation Life Support Equipment Technician at the requiring activity. The Contractor shall perform and manage a broad range of aviation logistics and maintenance support functions to include staff assistance with requirements planning and preparation which requires a thorough knowledge of all aviation logistics management tools for accomplishing assigned missions and functions. The tasks involved will include Maintenance Oversight Support, Aviation Life Support Equipment (ALSE) support, Aviation Systems Configuration Management, Asset and Inventory Control, Presentation Support, and Travel. The following information is required: 1. Name of firm with address, phone, fax, e-mail address, and point of contact. 2. State if your firm is a Small Business Administration (SBA) certified HubZone or Service Disabled Veteran-Owned. Proof of SBA certification/documentation shall be provided with this response. 3. Provide a letter from your surety identifying single contract bonding limit and aggregate contract bonding capability. 4. Please indicate whether your firm will submit a bid for this project if this project is set-aside for certified HubZone, or Service Disabled Veteran-Owned small business. 5. Qualifications: Responses to this sources sought synopsis shall indicate specialized experience in Aviation Logistics Management/ Aviation Life Support equipment Maintenance Support Services. 6. Firms submitting responses shall present their information in a matrix format showing relevant contracts that they have performed which are similar in scope. The matrix shall show the most recent, up to five contracts, that prove you can meet each qualification criteria listed above. Include project number, project location, description of work requirements, point of contact, and phone number for each effort. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by fax, email or mail to Mission and Installation Contracting Command Fort Bliss, Attention: Dawn Montgomery, Mission Division, 1733 Pleasonton Road, Fort Bliss, Texas, 79916. The e-mail address is dawn.montgomery@us.army.mil. Responses must be received no later than 2:00 p.m. mountain standard time, on 7 February 2011. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Please visit the FBO Website at www.fbo.gov for the sources sought decision. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04d59c7986ed391c93b545329af360fa)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02365882-W 20110127/110125234249-04d59c7986ed391c93b545329af360fa (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 |
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.