Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

PMO-ASE Warehousing/Shipment Logistics

Process Number W58RGZ-22-R-WARE

USA

Dates:


Notice ID:

W58RGZ-22-R-WARE

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W6QK ACC-RSA

Office:

W6QK ACC-RSA

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

(utc-06:00) central standard time, chicago, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 06, 2021 01:00 pm cst

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 21, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

r706 - support- management: logistics support

NAICS Code:

493110 - general warehousing and storage

Description:


Original Set Aside:

Disclaimer: This Sources Sought/Request for Information (SS/RFI) is for market research. Information gathered to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e). This announcement is not an Invitation for Bid or Request for Proposal (RFP) and does not commit the Government to solicit or award a contract now or in the future. No solicitation is available at this time, nor is there an estimated date of solicitation release at this time. This office does not intend to award a contract on the basis of this RFI or reimburse respondents for information solicited. Companies will not be entitled to payment for direct or indirect costs that are incurred in responding to this SS/RFI. The information provided may be used by the Army in developing its acquisition strategy, Statement of Work and/or Performance Work Statement. This information is subject to change and in no way binds this office to pursue any course of action described herein. If this office chooses to issue an RFP at some future date, another notice will be published. Overview: This SS/RFI is issued by the Army Contracting Command-Redstone, on behalf of the Project Management Office Aircraft Survivability Equipment (PMOASE), to seek sources interested in participating in a warehousing shipment and logistics sustainment contract. The U.S. Government is seeking sources for providing logistics support, to include, but not limited to long term storage, warehousing, shipping of Government Furnished Equipment (GFE), Government Furnished Material (GFM). Limited repair, clean, test, and inspect, training and engineering support for A & B kit components. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 493110. Request this support be provided by offerors within a 25 mile radius to Huntsville, AL In addition, the Government encourages feedback and comments from all of industry on the draft documents. Description: The U.S. Government anticipates award of an IDIQ contract with one or more task orders/delivery orders in support of the Warehousing/Shipment and Logistics Sustainment effort. It is anticipated that the task orders/ delivery orders may be, but are not limited to, Firm Fixed Price, Cost, or Cost Plus Fixed Fee (CPFF). How to Respond: All interested Parties should submit a written response to this SS/RFI no later than 6 December 2021. Responses shall be limited to 20 one-sided pages. Submissions shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft Office Professional 2000 and PowerPoint 2000 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2000. If any of the material provided contains proprietary information, please mark and identify disposition instructions. Submitted data will not be returned. Responses shall include, but it is not limited to the following: A. Company History: A one page history to include previous major products and primary customer base. B. Past Performance Information: List your company’s experience within the last five years for work of a similar size, type, and complexity as described above. If possible, include the following information: contract number, type of contract, dollar value of contract, and government point of contact with knowledge of performance. C. Additional Information: The U.S. Army requests interested vendors respond to this SSA with the information to demonstrate their ability to perform the tasks described above. Vendor responses should, at a minimum, clearly demonstrate their integral knowledge warehousing, logistics and sustainment. Potential sources must also be able to clearly identify/demonstrate how they will meet support tasks within a short period of performance with minimal USG technical oversight. Responses must include your organizations approach to providing the described services and any specialized capabilities, skillsets, or equipment directly related to this effort. Furthermore, the potential source shall not infringe on Intellectual Property Rights. Sources shall also possess production and test facilities that are cleared up to the secret level. Submissions will not be returned to respondents. Security classification guidance shall be directed to PM ASE attention: Ms Vickie Cooper at Vickie.cooper.civ@army.mil Submission Information: Interested offerors shall respond to this sources sought no later than 1300 (CST) on 6 December, 2021. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts. All responses to this SS/RFI shall be submitted via email to Mr. Christopher Williams, Branch Chief at and include christopher.b.williams94.civ@mail.mil W58RGZ-22-R-WARE in the subject line. Additional Information: There is no commitment by the U.S. Government to issue a solicitation, make an award or awards, or to be responsible for monies expended by an industry response to this SS/RFI. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website located at http://sam.gov/. All information received in response to this SS/RFI that is marked proprietary will be handled accordingly. Interested vendors may submit one (1) set of questions regarding this SS/RFI, by email to the point of contact listed below within five (5) business days of the SS/RFI publication date. Primary Point of Contact: Christopher Williams, Branch Chief Email: christopher.b.williams94.civ@mail.mil

Attachments / Links:


Document Size Updated date Download

Contact Information:


AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303

REDSTONE ARSENAL , AL 35898-0000

USA

Primary Point of Contacts:

Christopher B. Williams