Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2016 FBO #5217
SPECIAL NOTICE

J -- Request for Information/Industry comments on Draft PWS - ACT Support Services Draft PWS

Notice Date
3/4/2016
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-ACT
 
Archive Date
4/5/2016
 
Point of Contact
Philip Duncan, Phone: 4072083346
 
E-Mail Address
philip.b.duncan.civ@mail.mil
(philip.b.duncan.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ACT Support Services Draft PWS Appendix A ACT Support Services Draft PWS The Department of the Army (the Government) is seeking industry review and comment on a draft Artillery and Chemical Trainer (ACT) Support Services Performance Work Statement (PWS) prior to issuance of any formal solicitation. The Government may incorporate into the final version of the PWS any information or comment resulting from this request that is determined to be useful. Draft PWS for ACT support services. The Request for Information (RFI) number W900KK-ACT is subject to change prior to solicitation. Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. Industry is requested to review the attached Draft PWS and provide comments/feedback that will assist the requiring activity in refining its requirement. Respondents should not submit any proprietary information when responding to this RFI. Respondents are encouraged to review the draft PWS, and submit any comments or questions that may be useful for this requirement. All comments/questions will be evaluated and the draft PWS will be amended accordingly to reflect any changes the requiring activity deems necessary to make. BACKGROUND: This will be a fiscal year 2017 requirement to establish a non-personal service contract to provide ACT support services. The Government shall not exercise any supervision or control over the contract service providers. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. OBJECTIVE: The Government is soliciting industry feedback relative to a future contract effort and its draft PWS. The purpose of this RFI is to: 1. Improve the understanding of Government requirements and industry capabilities, 2. Allow potential offerors to judge whether or how they can satisfy the Government's requirements, 3. Enhance the Government's ability to obtain quality services at reasonable prices, and 4. Increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. THIS RFI IS NOT A REQUEST FOR PROPOSAL. The Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. This is a tool to receive feedback from industry regarding the draft PWS and data provided. The Government is considering the following North American Industry Classification System (NAICS) code for this procurement. Sector 54 - Professional, Scientific and Technical Services - 541330 - Engineering Services. The Military and Aerospace Equipment and Military Weapons exception size standard of $38.5M for NAICS 541330 is intended to be used. This NAICS code is relevant to the sustainment and I/O support of Army/nonstandard TADSS. Market research has shown that there is a reasonable expectation that offers will be obtained from at least two responsible small business concerns and award will made at a fair market price. In accordance with FAR Part 19.502-2, this procurement will be 100% set aside for small business concerns. As such, all eligible small businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance is a base period of twelve (12) months,beginning in the second quarter of 2017, with four (4) one-year option periods. REQUIREMENT: Refer to the Attached draft PWS for a detailed explanation. A performance based Firm-Fixed-Price contract with Time-and-Materials provisions is anticipated. SUBMITTAL INFORMATION: (1) Title of the PWS you are referencing. (2) Company name, address, DUNS number, and a statement regarding current small business status for NAICS code 541330. (3) What type of technical information along with the PWS would you like to see with a potential solicitation? (4) Provide comments on the clarity in the draft PWS's description of technical areas as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions. (5) The Government will not honor telephonic responses. Responses to this RFI shall be submitted electronically to Mr. Philip Duncan via e-mail at Philip.b.duncan.civ@mail.mil. Please reference all e-mail correspondence with the following subject line: Company Name RFI No W900KK-ACT. All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address. Submissions must be received at the email above no later than 21 March 2016, 11:59 PM (Eastern Time). (6) RESULTS INFORMATION: RFI responses will not be returned; neither will Respondents be notified of the Government's evaluation of the information received. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI. Please visit the FBO Website at www.fbo.gov for future contract opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f208ffffc63f95572df2dfedfd75d3d)
 
Place of Performance
Address: Current locations include Ft. Sill, OK; Ft. Leonard Wood, MO; Ft. Lee, VA; Ft. Bliss, TX; Ft., Bragg, NC; Ft. Polk, LA; Vilseck, Germany; Camp Casey, Korea as well as servicing multiple remote locations. Other supported sites may be added or removed as required by the Government., United States
 
Record
SN04040156-W 20160306/160304234732-9f208ffffc63f95572df2dfedfd75d3d (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.