Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

M -- Ammunition Supply Point (ASP) / Theatre Storage Area (TSA) 2.0 - Solictation W52P1J15R0090, Exhibits, and Attachments

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J15R0090
 
Archive Date
10/18/2016
 
Point of Contact
Charles Williamson, Phone: 3097827690
 
E-Mail Address
USARMY.RIA.acc.mbx.asp-tsa-2@mail.mil
(USARMY.RIA.acc.mbx.asp-tsa-2@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit G - ASG-KU DES Form 190-16.04 Enclosure 11 Exhibit F - ASG-KU DES FORM 190-16.05 Enclosure 10 Exhibit E - ASG-KU DES Form 190-16.02 Enclosure 9.xlsx Exhibit D - ASG-KU DES Form 190-16.01 Enclosure 1 Exhibit C-ASG-KU DES Form 190-16.01Enclosures 1A-2-3-4-6-7-8 Exhibit B-ASG-KU DES Form 190-16.01_IA Application DD254 Attachment 0018 - Installation Access SOP Attachment 0016 - QASP-PRS Attachment 0017 - ASP-TSA 2 QA Consolidated Attachment 0015 - Mission Essential Services Attachment 0014 - Past Performance Questionnaire Attachment 0013 - USARCENT Regulation Attachment 0012 - USARCENT Safety Policy Attachment 0011 - Individual and Unit Deployment Policy Attachment 0010 - ASG-KU Fire Prevention Policy Attachment 0009 - ASG-KU 385-10 Safety Program_1 Nov 13 Attachment 0008 - ASG-KU Safety SOP Attachment 0007 - US Military Fluid Replacement Guidelines Attachment 0006 - USCENTCOM_MOD_TWELVE_TO_USCENTCOM_INDIVIDUAL_PROTECTION_AND_INDIVIDUAL_UNIT_DEPLOYMENT_POLICY Attachment 0005 - General Order 1C Attachment 0004 - GFE List Attachment 0003 - PBIF Plan Attachment 0002 - CDRLs (ASP-TSA 2) - Aug 2016 Attachment 0001 - PWS Solicitation The purpose of this notice is to issue solicitation for the Kuwait Ammunition Supply Point and Theater Storage Area 2.0 (ASP/TSA 2.0) requirement. Army Contracting Command - Rock Island (ACC-RI) is issuing this solicitation for Class V munitions supply support for all ammunition stocks accounted for by 1st Sustainment Command (Theater)(1st TSC) to U.S. Military / Government component, Department of Defense agencies and, as required, Coalitions Forces in the U.S. Central Command Area of Responsibility. ACC-RI will conduct a full and open, best value competition to award a single hybrid Cost Plus Fixed Fee with a Performance Based Incentive Fee contract. The period of performance is anticipated to be one base year plus five one year evaluated option periods. The period of performance will also include Federal Acquisition Regulation (FAR) clause 52.217-8, Option to Extend Services and FAR 52.237-3, Continuity of Services. The successful offeror for this acquisition will be required to support the 1st TSC for those interconnected warehouse operations support services that are critical to mission accomplishment, and cannot be efficiently acquired independently via separate competitive acquisitions. The principal functions to be performed under ASP/TSA 2.0 are the issue, storage, and receipt of munitions (both training and war-reserve), munitions components, munitions packing and packaging material, and other munitions-related material. Associated functions include: supporting periodic munitions readiness inspections; stock accountability, stock control, warehousing; munitions and non-munitions material salvage/residue accountability, munitions reclamation, amnesty, inventory, ASP/TSA munitions security; user turn-in; packaging, shipment, and performing maintenance on all assigned Government Furnished Equipment (GFE). It should be noted that any interested parties must be able to demonstrate the existence of a current U.S. facility clearance to the SECRET level IAW DODD 5220.22, National Industrial Security Program Operating Manual. This SECRET level clearance may also apply to affiliates, team members, and subcontractors if they have access to classified information. At the time a future solicitation is issued, all respondents will be required to submit Facility Clearances for all entities who will be handling classified information (to include, but not limited to: subcontractors, teaming, and any joint ventures) in accordance with the directions delineated in said solicitation document. The following Exhibits and Attachments are provided, in addition to the Solicitation: Exhibit A DD 254 Exhibit B ASG-KU DES Form 190-16.01 _IAP Application Exhibit C ASG-KU DES Form 190-16.01 Enclosures 1A-2-3-4-6-7-8 Exhibit D ASG-KU DES Form 190-16.01 Enclosure 1 Exhibit E ASG-KU DES Form 190-16.01 Enclosure 9 Exhibit F ASG-KU DES Form 190-16.01 Enclosure 10 Exhibit G ASG-KU DES Form 190-16.01 Enclosure 11 Exhibit H Contract Data Requirements Lists (CDRLs) Attachment 0001 Performance Work Statement (PWS) Attachment 0002 Contract Data Requirements Lists (CDRLs) Matrix Attachment 0003 Performance Based Incentive Fee (PBIF) Plan Attachment 0004 Property/GFE List Attachment 0005 General Order Number 1C (GO-1C) Attachment 0006 USCENTCOM Mod 12 Attachment 0007 US Military Fluid Replacement Guidelines Attachment 0008 ASG-KU Safety SOP Attachment 0009 ASG-KU 385-10 Safety Program Attachment 0010 ASG-KU Fire Prevention Policy Attachment 0011 Individual and Unit Redployment Policy Attachment 0012 USARCENT Safety Policy Attachment 0013 USARCENT Regulation 385-10 Attahcment 0014 Past Performance Questionnaire Attachment 0015 Mission Essential Services Attachment 0016 Quality Assurance Surveillance Plan / Performance Requirements Summary Attachment 0017 Consolidated Q&A Attachment 0018 Installation Access SOP A sources sought announcement was issued on 02 March 2015, seeking interest from industry, prior to release of a potential solicitation. A site visit was held in Kuwait on 11 November 2015. A Draft Request for Proposal, Draft Performance Work Statement, Draft Contract Data Requirements Lists, Draft GFE List, and Contractor Questions and Government Answers were posted to www.fbo.gov on 19 February 2016. Additional Contractor Questions and Government Answers, corresponding enclosures, and a revised Draft Performance Work Statement were posted to www.fbo.gov on 17 May 2016. A synopsis for this solicitation was posted to www.fbo.gov on 15 July 2016. All questions and comments shall be directed, in English, to USARMY.RIA.acc.mbx.asp-tsa-2@mail.mil. Please place the RFP number W52P1J-15-R-0090, in the subject line. The deadline to submit questions or comments on the RFP is 02 September 2016 at 0900 (Central Time). Responses received after the established deadline may not be considered. Format of question submission shall be consistent with the question format outline in Section J - Attachment 0017 of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58150ee2c0764ecc2a1b1470fa258e1e)
 
Place of Performance
Address: Kuwait, United States
 
Record
SN04242922-W 20160828/160826234744-58150ee2c0764ecc2a1b1470fa258e1e (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.