Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
SOLICITATION NOTICE

R -- Enhanced Army Global Logistics Enterprise (EAGLE)

Notice Date
1/13/2017
 
Notice Type
Presolicitation
 
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
W52P1J-17-R-0059
 
Archive Date
12/1/2017
 
Point of Contact
Lana G. Graw, Phone: 3097820502, Heather J. Petersen, Phone: 3097822456
 
E-Mail Address
lana.r.graw.civ@mail.mil, heather.j.petersen.civ@mail.mil
(lana.r.graw.civ@mail.mil, heather.j.petersen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is the annual synopsis for requirements falling under the scope of the Enhanced Army Global Logistics Enterprise (EAGLE) program. This annual synopsis covers requirements related to Army Materiel Maintenance Services, Retail/Wholesale Supply Services, or Transportation Support Services that fall within the scope of, and are designated for performance under, the EAGLE program and which emerge within the year after this annual synopsis is published, including but not limited to, the requirements specifically identified herein. The Army Contracting Command, Rock Island intends to issue a Basic Ordering Agreement (BOA) Request for Proposal (RFP) (Step 2 of the three-step procurement process) applicable for all EAGLE task order requirements emerging this year. Any responsible source may submit a proposal in response to the BOA RFP. The BOA RFP will result in the execution of BOAs with Offerors determined to be technically acceptable in accordance with the requirements of the solicitation. Separate Task Order RFPs (Step 3) will also be issued for each of the EAGLE requirements emerging within the year; however, the BOA RFP will be the only opportunity contractors will have to obtain an executed EAGLE BOA in order to propose against the subsequent Task Order RFPs. BOA proposals will not be solicited nor accepted, and BOAs will not be executed, at any time other than during the annual BOA RFP, even for those emergent requirements not specifically identified herein; as such, if a contractor would like to have the opportunity to be able to participate in any future EAGLE Task Order that may arise within the next year, it is imperative that the contractor submit a proposal in response to the BOA RFP released subsequent to this synopsis. The estimated release date of the Step 2 BOA RFP (W52P1J-17-R-0059) is 31 January 2017; the closing date for the receipt of proposals will be identified in the RFP. The BOA RFP will be issued electronically, as will any amendments thereto. Contractors are advised to periodically review FedBizOpps (http://www.fbo.gov) in order to obtain any amendments which may be issued; failure to obtain any said amendments and to respond to them prior to the closing date and time of the BOA RFP may render the proposal nonresponsive and result in its rejection. Questions may be addressed to the EAGLE mailbox at usarmy.ria.acc.mbx.eagle@mail.mil. As noted above, this synopsis covers all EAGLE requirements that emerge within the year after this annual synopsis is published. This includes, but is not limited to, the following requirements which have already been identified and designated for performance under the EAGLE program and for which the issuance of a Step 3 Task Order RFP is already anticipated (though RFPs for upcoming EAGLE requirements will not be issued until the Step 2 BOA execution process under RFP W52P1J-17-R-0059 is actually completed): Joint Base Lewis-McChord (JBLM), WA: The contractor will provide logistical support including, but not limited to, field and sustainment level maintenance on tactical and non-tactical equipment. This includes but is not limited to the following Army programs: Life Cycle Management Command Maintenance Program, Field Level RESET program, Unit Maintained Equipment (UME), Pre-Deployment Training Equipment (PDTE), routine tactical pass-back maintenance, container repair, and Unit augmentation to maintenance programs. The contractor will also provide support but not limited to National Maintenance Program such as resurface engine crank and camshafts. Transportation functions include providing a Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO) and freight service operations. Contractor will provide support to Hazardous Material Management Program (HMMP): installation supply support activities (ISSA) (GCSS-Army 2001 plant) or Hazardous Material Control Center/Control Point (HMCC/HMCP) and movement of used waste products. The estimated release date of the RFP is August 2017, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 18. This requirement may be issued as a 100% Small Business Set Aside. Ft. Leonard Wood, MO: The contractor will provide kitchen equipment maintenance; these services include, but are not limited to, requirements determination, creation of a maintenance plan, and the performance of scheduled, unscheduled and/or broke-fix maintenance. The contractor will also provide sustainment level maintenance on tactical and non-tactical equipment. The estimated release date of the RFP is September 2017, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 18. This requirement will be issued as a 100% Small Business Set Aside. Ft. Campbell, KY: The contractor will provide Field and limited Sustainment level maintenance support for both tactical and non-tactical equipment to Fort Campbell tactical units (Pass Back Maintenance) and government civilian activities (Base Ops Maintenance). As required, maintenance support will also be provided for, but not limited to, the following Army programs: Unit Maintained Equipment (UME), Field Level Reset, National Maintenance Program (NMP), and unit capability augmentation through the use of Maintenance Support Teams (MSTs). Supply support services requirements include: Retail Supply Support Activity Management (Class of Supply include II, IIIP, IV, VII AND IX), Central Issue Facility (CIF) Operations, Ammunition Supply Operations/ Management (ASP), Installation Property Book Management, Individual Chemical Equipment Warehouse Operations, Subsistence Supply Management, and Hazardous Material (HAZMAT) Supply and Services. Transportation functions include providing Transportation Motor Pool (TMP), Personal Property Shipping office (PPSO) and freight service operations, Arrival/Departure Airfield Control Group (A/DACG), Unit Movements to include movement control team (MCT) operations, container and light set maintenance, repair and document control, rail crew support and general maintenance of locomotives and track reviews and management of Privately Owned Vehicles (POV) Storage Yard. The contract will have provisions to support our customers with contract augmentation in all supply, maintenance and transportation functions within the scope of the contract. The estimated release date of the RFP is January 2018, with a closing date approximately 30 days after the release. The estimated task order award is 3rd Quarter FY 18. This requirement may be issued as a 100% Small Business Set-Aside. However, it is undetermined at this time. Redstone Arsenal, Huntsville, AL The contractor will provide field and sustainment level maintenance support to Redstone tenants and other DoD organizations. Transportation functions include providing TMP, Personal Property Processing Office (PPPO), Passport Operations, Container Management, Passenger Movements, Material Movements, freight service operations, and Direct Procurement contract Administrative Support. Supply requirements include, Supply Support Activity and Central receiving operations, CIF Operations, and Asset Management Services. The estimated release date of the RFP is February 2018, with a closing date approximately 30 days after the release. The estimated task order award is 4th Quarter FY 18. This requirement will be issued as a 100% 8(a) set-aside. Ft. Gordon, GA: The contractor will provide full scope of ground maintenance support including but not limited to the following Army programs: Life Cycle Management Command Maintenance Program, Field Level RESET program, UME, routine tactical maintenance back-up, and unit augmentation and back up maintenance programs. Transportation functions include providing TMP, PPSO and freight service operations. Supply requirements include Supply Support Activity Management (Classes of Supply include I, II, IIIP, IV, VII and IX), CIF Operations, Property Accountability, ASP Management, and Installation Property Book and Equipment Management. The estimated release date of the RFP is June 2018, with a closing date approximately 30 days after the release. The estimated task order award is 1st Quarter FY 19. This requirement will be issued as a 100% 8(a) set-aside. For each EAGLE task order, the contractor will be required to furnish all of the services, personnel, labor, facilities, materials, supplies, and equipment to accomplish required tasks unless specific items of Government Furnished Property / Material, PWS or Government Provided Services are called out in the task order RFP. The scope of the requirements and estimated RFP release dates and award dates noted above are subject to change. Once an EAGLE requirement is identified, the anticipated dates for RFP issuance and Task Order award will be posted on the EAGLE website at http://www.acc.army.mil/contractingcenters/acc_ri/eagle/index.html and periodically updated as necessary. The Army will not issue a separate synopsis for each of the EAGLE requirements emerging within the year prior to issuing the applicable Task Order RFP. Task Order RFPs will be issued electronically at http://www.fbo.gov in accordance with FAR 4.5 and 5.201; hardcopies will not be provided, but contractors can download a copy of a Task Order solicitation from http://www.fbo.gov on or after the issuance date. It is the Government's intent that EAGLE Task Order RFPs valued at ≤$38.5M will be set-aside for competition amongst the small business EAGLE BOA holders; however, individual EAGLE Task Order RFPs will identify whether the Task Order is being set-aside for small business. Some EAGLE Task Orders will require a SECRET Facility Clearance. For those such Task Orders, the offerors (and subcontractors performing applicable tasks) will be required to possess the SECRET Facility Clearance at the time of the RFP closing date, at the time of award, and throughout the life of the contract. The Offeror (i.e. the legal entity that is submitting the proposal and would be identified as the awardee of the contract) will be required to possess the SECRET Facility Clearance itself and will not be able to rely solely on the clearance of a subcontractor; for a proposal submitted by a Joint Venture, the SECRET Facility Clearance must be granted under the name and CAGE code of the Joint Venture itself for it to be eligible for award, regardless of whether the managing partner or all members of the Joint Venture have a SECRET Facility Clearance. Possession of an INTERIM SECRET Facility Clearance at the time of RFP closing date may be sufficient to meet the requirement for some Task Orders, provided that it can be validated by the Defense Security Service (DSS); however, if access to classified COMSEC information will be necessary for the performance of a Task Order, FINAL US Government Clearance at the appropriate level will be necessary to perform upon award. Possession of a BOA will not alleviate the need for the SECRET Facility Clearance, therefore, offerors who plan on competing for the task order solicitations that require a SECRET Facility Clearance will need to obtain the SECRET Facility Clearance via sponsorship from another contractor who already possesses a SECRET Facility Clearance. Eligibility information and requirements can be found at www.dss.mil. A Defense Security Service pamphlet is also provided on the EAGLE website for additional guidance on how to obtain a clearance. To be eligible for award, offerors must be registered in the System For Award Management at https://www.sam.gov/portal/public/sam/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a2c287a9f35fe67c935941c7b0e2494)
 
Record
SN04371565-W 20170115/170113234155-5a2c287a9f35fe67c935941c7b0e2494 (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.