Logistics Management Support Services - U.S. Army Corps of Engineers Stakeholders within the Huntsville, AL Area of Responsibility (AOR)
ID: W912DY24R0064Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is seeking proposals for Logistics Management Support Services within the Huntsville, Alabama Area of Responsibility, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing full-time labor and supervision for various logistics tasks across designated buildings, including the USACE Engineering Support Center and Learning Center, with an emphasis on maintaining operational readiness and supporting special events. This contract, valued at approximately $1,118,915.33 over five years, requires proposals to be submitted by September 13, 2024, following a pre-bid conference on August 29, 2024. Interested parties can contact Anna Gaffin at anna.m.gaffin@usace.army.mil or William G. Seelmann at william.g.seelmann@usace.army.mil for further information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers requires a contractor to provide onsite logistics management support services within the Huntsville, Alabama Area of Responsibility. Effective from July 17, 2024, the contractor must deliver full-time labor and supervision for various logistics tasks across specified buildings, including the USACE Engineering Support Center and USACE Learning Center. The personnel must be U.S. residents, undergo a National Agency Check, and adhere to strict security protocols. Key responsibilities include workstation setup, routine repairs, furniture assembly, and logistics support for special events. The contractor must also maintain a clean and organized workspace, handle equipment delivery and maintenance, and provide recycling services. The contract spans one year with four option years, with an emphasis on transitioning smoothly to ensure continuity of services. Safety and health programs must comply with established regulations, and the contractor will utilize government-furnished equipment strictly for contract purposes. Deliverables like an Accident Prevention Plan and employee lists are due shortly after contract award. This procurement reflects the Army's commitment to maintaining operational readiness and efficient logistical support.
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Logistics Management Support Services for stakeholders in the Huntsville, Alabama area. This Request for Proposal (RFP), designated W912DY24R0064, is specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and applies the NAICS code 561210 with a small business size standard of $47 million. Proposals must include a Firm Fixed Price (FFP) and adhere to rigorous submission guidelines, including electronic formatting for both technical and pricing documents. Evaluation criteria focus on price, technical approach, and past performance, with acceptable proposals needing to demonstrate adequate understanding and approach to the requirements outlined in the Performance Work Statement (PWS). A pre-bid conference is planned for August 29, 2024, and proposals are due by September 13, 2024. The contract will be awarded based on the lowest priced, technically acceptable proposal, emphasizing the importance of compliance with the Service Contract Act and recent past performance in similar projects. The document reinforces strict communication protocols to prevent conflicts of interest and stresses the confidentiality of proposal content until award. Overall, this RFP represents a strategic initiative to engage capable contractors in fulfilling essential logistics support for the USACE in the specified region.
    The document is a series of questions and answers related to federal contract solicitation W912DY-24-R-0064, which involves a new requirement with a reduced scope of work compared to an existing contract with Ahntech, Inc. It outlines specifics about contractor responsibilities, including the provision and maintenance of tools, staffing requirements, and performance work statements (PWS). The contractor must provide various hand tools, comply with safety and operational protocols, and operate within a $1,118,915.33 contract value over five years. Key points cover staffing flexibility, work orders, and logistics, emphasizing contractor autonomy in staffing and project execution. The document also emphasizes the government's support in logistical resources, including GFE vehicles and office space, while clarifying contractor obligations for reporting and safety protocols. Additionally, it addresses unique situations like special event support and operational constraints under the existing contract. Overall, this document serves as a comprehensive guide for potential contractors responding to the RFP, ensuring clear expectations for performance and compliance while facilitating a smooth transition from the incumbent contractor.
    The document details responses to contractor inquiries regarding RFP W912DY-24-R-0064, indicating it is a new requirement with a reduced scope compared to an existing contract held by Ahntech, Inc. The existing contract spans from September 30, 2019, to September 29, 2024, with a total value of approximately $1.12 million and staffed by four full-time employees. The RFP includes specifications for providing hand tools and materials, requiring contractors to develop their staffing plans and manage a variety of work orders and special events. The government clarifies that it will supply essential equipment, including computers, while contractors must ensure personnel possess requisite clearances. Additional details involve logistics management, office space provisions, and ongoing safety responsibilities. The transition period for onboarding a new contractor is set at 30 days post-award. The average workload is expected to include around 500 work orders and 30 special events annually, further emphasizing the importance of flexibility and preparation for expedited requests. This document serves to enhance transparency in the procurement process, delineating expectations and clarifying operational requirements within government contracting standards.
    The document outlines various federal contracting clauses and provisions that govern contractor interactions and compliance for government projects. It includes a comprehensive list of clauses, such as definitions, reporting requirements, subcontracting restrictions, and provisions related to telecommunications equipment, among others. Notable entries address specific contractor obligations, such as the prohibition on contracting for certain telecommunications services under the John S. McCain National Defense Authorization Act. The document is structured into two main sections: clauses incorporated by reference and clauses provided in full text, detailing each clause's purpose and requirements. These provisions are critical for ensuring government contractors adhere to standards pertaining to various aspects of federal contracts, including ethics, labor practices, and technology use. By reinforcing compliance, the document plays a significant role in protecting government interests and maintaining accountability within federally funded projects. The overall aim is to promote responsible contracting, safeguard sensitive information, and ensure that contractors align with legal and ethical standards throughout the contract lifecycle.
    The Department of the Army, Huntsville Center, issued Amendment 01 for Request for Proposal (RFP) W912DY-24-R-0064 on 30 August 2024, regarding Logistics Management Support Services for the U.S. Army Corps of Engineers (USACE) stakeholders in the Huntsville, Alabama Area of Responsibility. The original RFP was published on 15 August 2024, with responses due by 13 September 2024. This amendment addresses contractor inquiries linked to the solicitation, with some responses detailed in Attachment 3. Questions marked in yellow remain unanswered and will be addressed in a future amendment. All other conditions from the original RFP remain unchanged. The document reflects the government's ongoing process to ensure clarity and transparency in the procurement of services, a critical aspect of federal government RFP practices aiming to promote fair competition and meet organizational needs effectively.
    The document is an amendment to the Request for Proposal (RFP) W912DY-24-R-0064 for Logistics Management Support Services by the U.S. Army Corps of Engineers (USACE) in Huntsville, Alabama. Originally issued on August 15, 2024, with a proposal due date of September 13, 2024, it has gone through subsequent amendments to address contractor queries. Amendment 01 provided preliminary answers to contractor questions, while Amendment 02, dated September 4, 2024, offers responses to specific highlighted questions from Amendment 01. The attachment includes detailed answers to these queries. The document emphasizes that all other terms and conditions of the original RFP remain unchanged. This RFP process is part of the federal procurement framework aimed at ensuring transparency and communication between contracting authorities and potential service providers, facilitating informed proposals while fostering competition. The amendments clarify expectations and maintain the integrity of the procurement process.
    Similar Opportunities
    Engineering and Construction Management Services for Various Civil Works, Environmental, Department of Energy and Military Projects assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers' Huntington District, is seeking qualified small business sources to provide engineering and construction management services for various civil works, environmental, Department of Energy, and military projects. The procurement aims to identify firms capable of delivering specialized training and experience in nuclear and environmental engineering, as well as construction disciplines, for multi-million dollar projects, including decommissioning and environmental remediation efforts. This opportunity is critical for ensuring the effective management and execution of complex engineering tasks across multiple districts, with a potential contract value of approximately $18 million over one year. Interested firms must submit their qualifications electronically to Leslie Rowe at leslie.a.rowe@usace.army.mil by the close of business on September 30, 2024.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for commercial data services related to the World Fleet Vessel Register to support its Waterborne Navigation Program. The primary objective is to obtain comprehensive vessel data, including specifications for active, inactive, and newbuild vessels, which will assist in the economic and engineering evaluation of waterway improvements vital to U.S. trade. This initiative underscores the importance of precise data in enhancing USACE's decision-making processes regarding navigation system improvements, ensuring effective facilitation of domestic and foreign trade. Proposals must be submitted electronically by September 25, 2023, with inquiries directed to David A. Kaplan at david.a.kaplan@usace.army.mil or Quan Nguyen at Quan.Nguyen@usace.army.mil, and compliance with federal regulations is mandatory for contract eligibility.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    Okatibbee Lake Collinsville, Mississippi - Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at the Okatibbee Lake Project in Collinsville, Mississippi. The contractor will be responsible for a range of services including equipment operation, grass mowing, cleaning, refuse removal, landscape maintenance, herbicide application, and beach water testing, all in accordance with specified terms and conditions. This procurement is a 100% 8(a) small business set-aside, targeting firms with average annual gross revenues not exceeding $9,500,000 over the past three years under NAICS 561730. Interested parties can download the solicitation package from https://sam.gov/ starting on or about September 3, 2024, and should direct inquiries to Geoffrey Rogers at geoffrey.b.rogers@usace.army.mil or Erica Collins at erica.m.collins@usace.army.mil.
    EAGLE Fort McCoy, WI - W519TC-23-R-0119
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for logistics support services at Fort McCoy, Wisconsin, under Solicitation No. W519TC-23-R-0119. The contract, designated as a Total Small Business Set-Aside, encompasses maintenance, supply, and transportation services essential for supporting the installation's training missions, with a focus on adhering to Army regulations and quality standards. This procurement is critical for ensuring operational readiness and efficiency within military logistics, with a contract duration of one year and options extending up to five years and six months. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Tayler Kerr at tayler.m.kerr.civ@army.mil or Seth Fuller at seth.j.fuller2.civ@army.mil.
    SOUTH ATLANTIC DIVISION REGIONAL SMALL BUSINESS MULTIPLE AWARD TASK ORDER CONTRACT FOR MAINTENANCE DREDGING
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is seeking qualified small businesses for a Multiple Award Task Order Contract (MATOC) focused on maintenance dredging within the South Atlantic Division (SAD) boundaries. The contract aims to establish a pool of contractors capable of performing dredging and surface cleanup activities, with a maximum combined capacity of $400 million and individual task orders valued between $1 million and $25 million. This procurement is critical for maintaining navigable waterways and supporting environmental management efforts in the region. Interested vendors must register on the Sam.gov website to receive updates and submit proposals by the due date of September 16, 2024, following the solicitation release on August 15, 2024. For further inquiries, contact Timothy Humphrey at 904-232-1072 or via email at TIMOTHY.G.HUMPHREY@USACE.ARMY.MIL.
    SUBSCRIPTION - EBSCO Upgrades and Additions
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE), is seeking to award a contract for the upgrade of its subscription to EBSCO Publishing's Business Source database services. This procurement aims to enhance access to the Business Source Ultimate database and additional EBSCO resources, including collections in business, engineering, architecture, and management, which will support USACE personnel in conducting comprehensive research and staying updated on relevant content through personalized alerts. The initiative underscores USACE's commitment to improving information services and resource access to bolster mission performance, with the base period of performance set from September 30, 2024, to September 29, 2025, and an option for one additional year. Interested firms that believe they can meet the requirements are encouraged to contact Erroll T. Foster at erroll.t.foster@usace.army.mil or Parker Condit at parker.condit@usace.army.mil within 15 days of this notice.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.