Enhanced Army Global Logistics Enterprise (EAGLE)

expired opportunity(Expired)
From: Federal Government(Federal)
W52P1J-18-R-0032

Basic Details

started - 02 Mar, 2018 (about 6 years ago)

Start Date

02 Mar, 2018 (about 6 years ago)
due - 07 Mar, 2018 (about 6 years ago)

Due Date

07 Mar, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
W52P1J-18-R-0032

Identifier

W52P1J-18-R-0032
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)W4MM USA JOINT MUNITIONS CMD (2781)

Attachments (12)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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-18-R-0032) is February 2018; the RFP will identify the closing date for the receipt of proposals. 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-18-R-0032 is actually completed):APS-4 Camp Carroll, South Korea: The Contractor will provide maintenance and supply support to U.S. Army Field Support Battalion-North East Asia (AFSBn-NEA). Contractor support is required to ensure equipment is maintained at the DA standard of TM 10/20 in accordance with (IAW) AR 750-1, para. 3-2, TM 38-470. COSIS and maintenance shall be performed on APS-4 equipment including combat vehicles, construction/engineer equipment, materiel handling equipment (MHE), ground support/special purpose equipment, Command Control Communication Computers and Intelligence (C4I) systems weapons, turret systems and Operational Project Stocks (Class II, IV, VII & IX). The supply services required are inventory, location survey, shelf-life management, inspection, preservation, and COSIS on the APS which consist of Class II, IV, VII and IX (less Aviation and Missile). Services performed by the Contractor shall include those supply, quality, and logistics functions necessary to perform COSIS on supplies and material controlled by the AFSBn- EA in accordance with AR 740-26. Materiel in storage must be inspected to detect degradation, corrosion, and other deficiencies caused by improper storage methods or extended periods of storage. The contractor shall determine the complexity of the item; cyclic inspections may require the coordinated efforts of inspection, storage, and maintenance personnel. Warehouse and location maintenance of all stored items shall be maintained IAW DA PAM 710-2-2, AR 710-1, and AR 735-5. The estimated release date of the RFP is March 2018, with a closing date approximately 30 days after the release. The estimated task order award is 4th Quarter FY19. This requirement will be issued as Unrestricted.Presidio of Monterey, CA: The contractor will provide full scope ground maintenance support to include but not limited to the following equipment types: Non-Tactical Vehicles (NTV), Special Purpose Vehicles, Material Handling Equipment, Communications and Electronics Equipment, and Small Arms Weapons. The contractor will provide supply and services such as operating a Central Receiving Point (CRP) for Supply Classes I, II, III, IV, VII, and IX, managing and operating the Consolidated Installation Property Book Office (CIPBO), Warehouse Operations, and Laundry Turn in/Drop off Point. The contractor will provide Transportation services to include operating a Transportation Motor Pool (TMP) and Personal Property Shipping Office (PPSO), provide freight services for government owned equipment, and perform various Installation Transportation Office (ITO) staff support activities. The estimated release date of the RFP is September 2018, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 19. This requirement will be issued as a 100% Small Business Set-Aside.Fort Hood, TX: The contractor will provide field and sustainment level maintenance support to include but not limited to the following Army programs: Pre-Deployment Training Equipment (PDTE), Routine Tactical Maintenance Back-up, and Unit Augmentation and back-up maintenance programs, and Food Service Equipment (FSE). The contractor will operate the Ammunition Residue Yard (ARY) and perform ammunition transport, delivery, and pickup functions. The contractor will provide supply property book services to include the management and delivery of property book operations across a spectrum of equipment sets such as PDTE. The contractor shall provide the capability to support Mobilization Force Generation Installation (MFGI) teams for a no-notice, large scale partial or full mobilization in the areas of supply, maintenance and transportation as missions are identified with in the installations region of responsibility. This requirement will be issued as 100% Small Business Set Aside. The estimated release date of the RFP is December 2018, with closing date approximately 30 days after release. The estimated task order award is 3rd Quarter FY19. This requirement will be issued as a 100% Small Business Set Aside.APS-4 Watercraft Yokohama North Dock, Japan: The contractor will Support the U.S. Army Prepositioned Stock (APS-4) Watercraft, Care of Supply in Storage (COSIS), Exercise and Maintenance program located at Watercraft Equipment Base-Yokohama North Dock, Japan (WEB-YND). APS-4 Watercraft support military contingency and humanitarian operations in support of U.S. Pacific Command (USPACOM) Area of Responsibility (AOR). The work includes accountability, maintenance and readiness of Army Prepositioned Stock - 4 (APS-4) and associated equipment; Material Handling Equipment (MHE) and Government Furnished Equipment (GFE), including but not limited to:a. U.S. Army Tugs, Landing Craft, Floating Crane, and Modular Causeway System (MCS).b. Material Handling Equipment (MHE): Container Handlers, Forklifts and Cranes.c. Government Furnished Equipment (GFE): i.e. durable and non-durable items such as tools, light sets, office furnishings, automation, pier side equipment, dehumidifiers, shore power generators and compressors, etc.The estimated release date of the RFP is December 2018, with a closing date approximately 30 days after the release. The estimated task order award is 3rd Quarter FY 19. This requirement will be issued as Unrestricted.Aberdeen Proving Grounds, MD: The contractor will provide full scope of ground maintenance support to include but not limited to the following Army programs: Life Cycle Management Command Maintenance Program, Field Level Reset Program, Routine Tactical Maintenance Back up, and Unit Augmentation and Back up Maintenance Program. Transportation functions include supporting the Installation Transportation Office (ITO). Supply requirements include Supply Support Activity Management of supply classes I, II, IIIP, IV, VII and IX, and Central Issue Facility (CIF) Operations, Property Accountability, Ammunition Supply Operations and Ammunition Supply Point (ASP) Management, and instillation property book and equipment management. The estimated release date of the RFP is February 2019, with a closing date approximately 30 days after the release. The estimated task order award is 3rd Quarter FY 19. This requirement will be issued as a 100% 8(a) set-aside.Ft. McCoy, WI: The contractor will provide logistical support, including but not limited to the following functional areas: Field and sustainment level maintenance on tactical and non-tactical equipment which could include: routine tactical maintenance back-up. Transportation requirements could include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO); rail operations, deployment/redeployment operations; and freight service operations. Supply requirements could include Asset Management (Installation Property Book and Equipment Management; Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Central Issue Facility (CIF) Operations, bulk fuel operations, and Ammunition Supply Operations and Ammunition Supply Point (ASP) Management. The contractor shall provide the capability to support Mobilization Force Generation Installation (MFGI) teams for a no-notice, large scale partial or full mobilization in the areas of supply, maintenance and transportation as missions are identified with in the installations region of responsibility. SECRET Facility Clearance Required. Estimated release date of the Request for Proposal (RFP) is February 2019, with a closing date approximately 30 days after the release. The estimated task order award is 3rd Quarter FY 19. This requirement will be issued as a 100% Small Business Set Aside.Ft Bliss, TX: The contractor will provide field and sustainment level maintenance on tactical and non-tactical equipment to include but not limited to the following Army programs: Life Cycle Management Command Maintenance Programs, Field Level Reset Program, Pre-Deployment Training Equipment (PDTE), Routine Tactical Maintenance Back up, and Augmentation and Back up Maintenance Programs, and Food Service Equipment (FSE). Transportation functions include providing Transportation Motor Pool (TMP), Personnel Property Services Office (PPSO), and Freight Services Operations. Supply requirements include Supply Support Activity Management of supply classes I, II, IIIP, IV, VII and IX, and Central Issuing Facility (CIF) Operations, Property Accountability (to include PDTE), Ammunition Supply Operations and Ammunition Supply Point (ASP) Management, and Instillation Property Book and Equipment Management. The contractor shall provide the capability to support Mobilization Force Generation Installation (MFGI) teams for a no-notice, large scale partial or full mobilization in the areas of supply, maintenance and transportation as missions are identified with in the installations region of responsibility. The estimated release date of the Request for Proposal (RFP) is April 2019, with a closing date approximately 30 days after the release. The estimated task order award is 4th Quarter FY 19. This requirement will be issued as a 100% Small Business Set Aside.Fort Knox, KY: The contractor will provide logistical support including, but not limited to, the following functional areas: Field and sustainment level maintenance on tactical and non-tactical equipment which could include: Life Cycle Management Command (LCMC) Maintenance Program, Pre-Deployment Training Equipment (PDTE), routine tactical maintenance back-up, and unit augmentation and back up maintenance programs, and Food Service Equipment (FSE); Transportation functions could include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO) and freight service operations; Supply requirements could include Supply Support Activity (SSA) Management (Classes of Supply include I, II, IIIP, IV, VII and IX), Central Issue Facility (CIF) Operations, Property Accountability (to include PDTE), Ammunition Supply Operations and Ammunition Supply Operations and Ammunition Supply Point (ASP) Management, Installation Property Book and Equipment Management Property Accountability Augmentation Teams (PAAT). The contractor shall provide the capability to support Mobilization Force Generation Installation (MFGI) teams for a no-notice, large scale partial or full mobilization in the areas of supply, maintenance and transportation as missions are identified with in the installations region of responsibility. The estimated release date of the Request for Proposal (RFP) is May 2019, with a closing date approximately 30 days after the release. The estimated task order award is 4th Quarter FY 19. This requirement will be issued as a 100% 8(a) Set Aside.Ft. Irwin, CA: The contractor will provide full scope of tactical and non-tactical field level maintenance support to include but not limited to the following Army programs: Life Cycle Management Command Maintenance Program, Field Level Reset Program, Routine Tactical Maintenance Back-up, and Unit Augmentation and back-up Maintenance Program, and Government Furnished Equipment (GFE) Support. Transportation functions include providing Transportation Motor Pool (TMP) and Personal Property and Travel Service Operations. The contractor will provide Supply Services for Central Issue Facility (CIF) Operations. The contractor will also be responsible for performing all supply in support of assigned maintenance and transportation projects. The estimated release date of the RFP is June 2019, with a closing date approximately 30 days after the release. It has yet to be determined whether the requirement will be issued as Unrestricted or as a Small Business Set Aside (or socioeconomic subset thereof). After execution of BOAs under W52P1J-18-R-0032, the Government will conduct additional market research to determine the appropriate acquisition strategy.Ft. Polk, LA: The contractor will provide field and sustainment level maintenance on tactical and non-tactical equipment to include but not limited to the following Army programs: Life Cycle Management Command Maintenance Program, Field Level Reset Program, Pre-Deployment Training Equipment (PDTE), Routine Tactical Maintenance Back up, and Unit Augmentation and Back up Maintenance Programs. Supply requirements include supply support activity management of supply classes I, II, IIIP, IV, VII and IX, and Central Issuing Facility (CIF) Operations, Property Accountability (to include PDTE), Ammunition Supply Operations and Ammunition Supply Point (ASP) Management, and Instillation Property Book and Equipment Management. The estimated release date of the RFP is July 2019, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 20. This requirement will be issued as Unrestricted.Ft Huachuca, AZ: The contractor will provide field and sustainment level maintenance on tactical and non-tactical equipment to include but not limited to the following Army programs: Field Level Reset, Pre-Deployment Training Equipment (PDTE), Routine Tactical Maintenance Back up, and Unit Augmentation and Back up Maintenance Programs. Transportation functions include providing Transportation Motor Pool (TMP), Personal Property Shipping Office (PPSO) and Freight Service Operations. Supply requirements include Supply Support Activity Management of supply classes I, II, IIIP, IV, VII and IX, and Central Issuing Facility (CIF) Operations, Property Accountability (to include and PDTE), Ammunition Supply Operations and Ammunition Supply Point (ASP) Management, and Instillation Property Book and Equipment Management. The estimated release date of the Request for Proposal (RFP) is August 2019, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 20. This requirement will be issued as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside.Ft. Detrick, MD: The contractor will provide logistic support including, but not limited to the following areas: Transportation functions could include providing Transportation Motor Pool (TMP); Limited-potential sustainment level maintenance on tactical and non-tactical equipment which exceeds Logistics Readiness Center (LRC) capability and capacity. SECRET Facility Clearance IS NOT Required. The estimated release date of the Request for Proposal (RFP) is September 2019, with a closing date approximately 30 days after the release. The estimated task order award is 2nd Quarter FY 20. 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/. 

Army Contracting Command-Rock Island (ACC-RI) 3055 Rodman Avenue Rock Island, Illinois 61299 United StatesLocation

Place Of Performance : Army Contracting Command-Rock Island (ACC-RI) 3055 Rodman Avenue

Country : United States

Classification

561 -- Administrative and Support Services/561210 -- Facilities Support Services
naicsCode 561210Facilities Support Services
pscCode RSUPPORT SVCS (PROF, ADMIN, MGMT)