Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOURCES SOUGHT

R -- The requirement is to provide supply, administrative, and operations support to the 202nd Military Police Group (CIC) located in Kaiserslautern, Germany.

Notice Date
6/19/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-12-R-A016
 
Response Due
6/26/2012
 
Archive Date
8/25/2012
 
Point of Contact
Hanh Dinh, 703-704-0856
 
E-Mail Address
ACC-APG - Washington
(hanh.t.dinh.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Contracting Command - APG (Belvoir Division) (ACC-APG (Belvoir)) on behalf of the US Army CECOM ESA Directorate's 202nd Military Police Group (CID) Logistics and Administrative Support requirement is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. Responders to this Sources Sought/RFI are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below. Statements should address the specific requirements of this notice and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. The requirement is to provide supply, administrative, and operations support to the 202nd Military Police Group (CIC) located in Kaiserslautern, Germany. The acquisition may be set-aside for small business. The government is seeking additional information from small businesses to aid in the acquisition strategy for this requirement. Small Businesses interested in this opportunity may decide to partner/team with other businesses in order to meet the requirements of the acquisition. The North American Industry Classification Systems (NAICS) code is set as 541990 with a size standard of $14 million dollars. Responders should identify up to three relevant contracts and describe specific scientific, technical, professional, and engineering expertise provided under NAICS code 541990 R All Other Professional, Scientific, and Technical Services. SECURITY: The contractor will be required to have a SECRET facility clearance with no safeguarding capability. All classified material and information shall be handled and stored in accordance with the applicable Government regulations. National Agency Check (NAC) personal security investigations are required for all functional users (civilian, military, and contractors). The contractor will require access to FOUO information. The contractor will also require access to Security/Program Classification Guide(s) (SCG) and the SIPRNET. The Government has unlimited rights to all documentation produced under this contract. The Government seeks companies with key competencies to meet the following requirements: Task 1: The contractor shall oversee stock maintenance at or within prescribed levels and establish or adjust stock levels and reorder points using standard formulae and prescribed procedures and conduct physical inventories and adjust and/or maintain inventory, stock, plant, or property account records. The contractor shall receive and screen lists or other documents specifying supplies or materials needed for planned programs or work operations, and collate and assemble lists of equipment and parts needed for acquisition plans. The contractor shall initiate, prepare, edit, and process requisitions to stock, commodity control, or other appropriate supply organizations and search catalogs, records, or other data sources to obtain or correct stock numbers or to find authorized substitutes for stock items. Task 2: The contractor shall support the 202nd MP GP (CID) personnel administrative requirements and shall be required to initiate and track personnel actions. The contractor shall type military and nonmilitary correspondence in draft and final copy and employ basic principles of English composition and grammar in preparing correspondence. The contractor shall prepare registered or certified mail for dispatch, opens, sort, route, and deliver incoming correspondence and messages. The contractor shall prepare and maintain functional files. Task 3: The contractor shall check the arms room, vaults, and safes in accordance with the SOP. The contractor shall monitor both the SIPR and NIPR nets for tasking, action messages, and other items of command interest. The contractor shall review all tasking, messages, and other items and take appropriate action. The contractor shall take appropriate action on the receipt of Red Cross Messages, Bluedart Messages, Talon Reports, Bomb Threats, Thunderbolt Messages, Current Threat Reports (CTR) Briefs, Serious and Sensitive Information/Status Reports, Daily Intel Briefs and other messages and taskings. The Government requests that interested offerors submit an electronic response of not more than twenty (20) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and technical capabilities. They should also identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541712. Responses should also include the company name, CAGE code, point of contact, and address. All information received in response to this Sources Sought Synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. Provide answers to the following questions (No more than 3 pages)(Not included in the above 20 page limit). 1.If you identify your company as a Small Business or any of the SB subcategories then is your company interested in a prime contract? 2.Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541712? 3.Can your company possess the capabilities to provide the 50% range of services be performed in house? ______ YES _______ NO 4. If you answered YES to Question # 3, please provide specific capabilities and examples for how your company can provide these services. 5.If you answered NO to Question # 3, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 6.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7.Does your company meet the Non-manufacturing Rule? If so How? 8.If you are a small business how do you select your partners and/or subcontractors? Responses are due no later than 26 June 2012 Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Submit responses electronically to 26 June 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a92c1936fc29f31df763a08ba945c59f)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02779597-W 20120621/120619235149-a92c1936fc29f31df763a08ba945c59f (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.