Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2017 FBO #5601
MODIFICATION

D -- Logistics Automation Services

Notice Date
3/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management 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-16-R-0050
 
Archive Date
4/5/2016
 
Point of Contact
Charles Williamson, Phone: 3092690854
 
E-Mail Address
charles.m.williamson12.civ@mail.mil
(charles.m.williamson12.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this notice is to synopsize the Logistics Automation (LOGAUTO) Services requirement in accordance with Federal Acquisition Regulation 5.207. Army Contracting Command - Rock Island (ACC-RI) intends to issue a solicitation for LOGAUTO Services which support the 1st Sustainment Command (Theater)(TSC). It is estimated that the Request for Proposal, W52P1J-16-R-0050, will be issued on or about 10 April 2017. However, this date is subject to change. Future notices, as applicable, will provide updates of the anticipated solicitation release date. ACC-RI intends to conduct a full and open, best value lowest price technically acceptable (LPTA) solicitation for LOGAUTO Services. The period of performance is anticipated to be one base year plus four one year evaluated option periods, and will include Federal Acquisition Regulation (FAR) clause 52.217-8, Option to Extend Services and FAR clause 52.237-3, Continuity of Services. ACC-RI, intends to award a single Firm Fixed Price (FFP) Indefinite-Delivery-Indefinite-Quantity (IDIQ) Contract. The primary location for physical performance will be Camp Arifjan, Kuwait, with remote and occasional site support provided throughout the U.S. Central Command area of responsibility. The successful offeror for this acquisition will be required to be the lead agency responsible for automated logistical support to the Army Forces deployed to Southwest Asia. Personnel with specific subject matter expertise in Information Assurance (IA) and key logistics systems - supply, ammunition, and logistics command and control - are required to properly design and implement this architecture. These personnel are needed to provide IA compliance guidance, automated logistical support, technical training and assistance to subordinate logistics commanders' staff and Sustainment Automation Support Management Offices (SASMO). The SASMO provide customer assistance for the Army's Tactical Logistics Systems (TLS), including software, functional, technical, communications and limited hardware. The SASMO also provides training evaluation to unit personnel and staff assistance on the use and implementation of TLS platforms throughout the command. 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. A sources sought announcement was issued on 17 December 2015, seeking interest from industry, prior to release of a potential solicitation. A site visit will not be conducted for this action. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government of an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. This synopsis does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result of this notice. All questions shall be directed via email, in English, to Ms. Stephanie brown stephanie.a.brown127.civ@mail.mil and Mr. Charles Williamson Charles.M.Williamson12.civ@mail.mil. All correspondence should include Request for Proposal number W52P1J-16-R-0050 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6f4a7e679cbe65f7b60cdb974fa2c7f)
 
Place of Performance
Address: CENTCOM (based mainly in Kuwait), United States
 
Record
SN04445885-W 20170325/170323235032-c6f4a7e679cbe65f7b60cdb974fa2c7f (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.