Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2021 SAM #7040
SOURCES SOUGHT

R -- 84 Training Support MAID-IQ

Notice Date
3/7/2021 12:10:16 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
 
ZIP Code
54656-5142
 
Solicitation Number
W911SA21R3002
 
Response Due
3/19/2021 1:00:00 PM
 
Archive Date
04/03/2021
 
Point of Contact
Laurie A. Ehlinger, Phone: 6083885535
 
E-Mail Address
laurie.a.ehlinger.civ@mail.mil
(laurie.a.ehlinger.civ@mail.mil)
 
Description
INDUSTRY DAY-A Industry Day will be held on 05 March 2021 starting at 09:00 AM (EST).� Vendors that wih wish to provide a verbal capablities statement need to notify the Government by the close of business on Wednesday, 03 March 2021, via email.� Capabilities Brief must be limited to 20 minutes.� Please see the attached link for (https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZWNlNGE0NjAtYmUxMi00OTkzLThjMjktNTVmYTJlYmMxZGU2%40thread.v2/0?context=%7b%22Tid%22%3a%2221acfbb3-32be-4715-9025-1e2f015cbbe9%22%2c%22Oid%22%3a%2203df3d69-4b1c-42f8-8d9d-a64f2c9c1678%22%7d) MS Teams capability or call 1-571-388-3904...Phone Conference ID: 240098898#.� � THIS IS A REQUEST FOR INFORMATION (RFI) ONLY ��� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� Solicitations are not available at this time.� Requests for a solicitation will not receive a response.� This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.� All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Beta.SAM, www.beta.sam.gov.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. ����������� Mission Installation Contract Command (MICC) Fort McCoy is exploring options for Contractor perform Training Support Services, as described in and around the four locations within the attached PWS that reach out across the continental United States.� The performance based contracts will designated as the primary 84th Training Division vehicle to obtain Training Support Services.� The Training Support PWS covers the following 20 functional task areas: 1-Tent Support; 2-Enviornoment Control; 3-Generators and Power Distribution; 4-Light-set Generators; 5-Material Handling Equipment Support; 6-Non-Tactical Vehicle Rental; 7-Fueling Support; 8-Subsistenance Support; 9-Refrigerated and Frozen Container Support; 10-Consumable Ice Delivery; 11-Refuse and Recycling Removal; 12-Shower Support; 13-Laundry Support; 14-Potable Water Onsite Storage/Containment; 15-(Potable) Water Delivery; 16-Water Removal; 16-Water Removal; 17-Portale Chemical Latrine and Hand Washing Station Support; 18-Personnel Movement Support; 19-Area Cleaning and Disinfection; 20-Water Trailer Sanitation. The North American Industrial Classification System (NACIS) code for this acquisition is 561210, Facilities Support Services with a small business size standard of $35.5 Million. The Government is contemplating�awarding a multiple award indefinite-delivery, indefinite-quantity (MAID-IQ) with an anticipated base period of twelve months and four 1-year option periods. Anticipated base period of performance is 07 March 2022 through 06 March 2023, with four options and one (6) six month option to extend services. MICC Fort McCoy is seeking the following information: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications, such as SBD, 8(a), HUBZone, SDVOSB, WOSB, etc.) and corresponding NAICS code.� Identify eligible NAICS codes registered for under the Representation and Certifications in System for Award Management (SAM). 2. Potential Respondents shall describe how they would propose to successfully perform each of the twenty services, assuming that all services provided by Respondent would be accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures.� 3. Potential Respondents shall describe their existing relationships with other organizations, the percent performed by the Respondent,�and the extent to which such relationships would enable Respondents to successfully perform the services listed below: ����������� ����������� A. �Tent Support ����������� B. �Environment Control Support ����������� C. �Generators and Power Distribution ����������� D. �Light-set Generators ����������� E. �Material Handling Equipment Support � � � � � � F. �Non-Tactical Vehicle Rental � � � � � � G. �Fueling Support � � � � � � H. �Subsistence Support � � � � � � �I. Refrigerated and Frozen Container Support � � � � � � J.� Consumable Ice Delivery � � � � � � K. �Refuse and Recycling Removal � � � � � � L. �Shower Support � � � � � �M. �Laundry Support � � � � � �N. �Potable Water Onsite Storage/Containment � � � � � �O. �Water (Potable) Delivery � � � � � �P. �Water Removal � � � � � �Q.�Portable Chemical Latrine and Hand Washing Station Support � � � � � �R. Personnel Movement Support� � � � � � �S.�Area Cleaning and Disinfection � � � � � �T. Water Trailer Sanitation Comments and feedback are being sought with a suspense date of 19�March 2021 at 3:00 PM (CST).� Please reference all email correspondence with the following subject line: Training Support Requirement.� No collect calls will be accepted.� All responses to this RFI may be submitted via e-mail to Laurie Ehlinger, Contract Specialist, at laurie.a.ehlinger.civ@mail.mil, courtesy copy Dawn Poppler, Contracting Officer, at dawn.m.poppler.civ@mail.mil, �����������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f1613a370984332b2d7f9395b8155a9/view)
 
Place of Performance
Address: Fort Knox, KY, USA
Country: USA
 
Record
SN05935260-F 20210309/210307230105 (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  © 1994-2020, Loren Data Corp.