Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SPECIAL NOTICE

R -- Notice of Intent to Sole Source- ESS2

Notice Date
10/17/2022 12:20:06 PM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
 
ZIP Code
22150-7500
 
Solicitation Number
NOI-ESS2
 
Response Due
10/28/2022 2:00:00 PM
 
Point of Contact
Tamara George, Phone: 5715578776
 
E-Mail Address
tamara.s.george@nga.mil
(tamara.s.george@nga.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
The National Geospatial-Intelligence Agency (NGA) intends to award a sole source contract to an 8(a) Native Hawaiian Organization, PONO AINA Management LLC, 2701 Liberty PKWY, STE J; Midwest City, Oklahoma 73110-2895, for the Expeditionary Support Services 2 contract under the authorities of FAR 19.805-1(b)(2), DFARS 219-805-1(b)(2)(A) and utilizing FAR Part 12, Acquisition of Commercial Items procedures in conjunction with FAR Part 15, Contracting By Negotiation. The procurement will support the Expeditionary Operations Office�s focus�to plan, deploy, and sustain GEOINT capabilities for military and civilian expeditionary and crisis operations, including the domestic environment.� The Expeditionary Operations Office is responsible for NGA�s rapid response to both CONUS and OCONUS expeditionary operations, and enabling access to GEOINT data and services in austere environments with a quick turn response time of less than 12 hours CONUS and 48 hours OCONUS. The ESS2 effort will support this focus both by supporting our existing deployers in the US Central Command (US CENTCOM), US Pacific Command (USPACOM), US European Command (USEUCOM), US Africa Command (USAFRICOM), and US Southern Command (US SOUTHCOM) Areas of Responsibility (AORs), as well as being structured to provide responsive contingency support to crisis operations. The support encompasses, but is not limited to, planning, operations, technical support, and the preparation and deployment of personnel, equipment, and logistics requirements to meet NGA�s mission, and the mission of the Department of Defense (DOD).� The Expeditionary Operations Office ensures critical resources are deployed, maintained and operated in accordance with customer needs. This is usually time sensitive in nature, and requires unique solutions to ensure mission success. Rapid production, testing, fielding, and maintaining equipment, to meet critical customer requirements, is considered a cornerstone capability of the Expeditionary Operations Office and its supporting team members. In performing this mission, the Expeditionary Operations Office is required to obtain and manage a variety of logistical support and operations and maintenance services to support operational changes to the expeditionary environment and Crisis/Contingency support.� The scope of these services includes the full range of logistical (planning, transportation, supply, warehouse, armory, facility, maintenance, escort, asset management/property accountability, fuel, billeting, vehicle maintenance and food services) and facility/compound O&M support (electrical distribution, fire detection and alarm, voice broadcasting, plumbing, Heating, Ventilation, and Air Conditioning (HVAC), power generations, Uninterruptible Power Supply (UPS), and Chillers).� This is a special notice prepared in accordance with the format in Federal Acquisition Regulation (FAR) 5.2, Synopses of Proposed Contract Actions. A solicitation will not be posted. However, any entity that believes it can meet this requirement may give written notice no later than 5 PM ET October 28, 2022. Supporting evidence in strong detail to demonstrate the ability to comply with the requirement. Responses received will be evaluated, however, a demonstration by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government. Points of contact for this requirement are Tamara George, Contracting Specialist, at Tamara.S.George@nga.mil or 571-571-8776 and Laura Nachison, Contracting Officer at Laura.C.Nachison@nga.mil or 571-559-7450.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dac03d4cff0748e999decca898130061/view)
 
Place of Performance
Address: Springfield, VA 22150, USA
Zip Code: 22150
Country: USA
 
Record
SN06494689-F 20221019/221017230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.