Search Contract Opportunities

Afghanistan O&M Services

ID: W912ER20R0001 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Afghanistan Operations and Maintenance Services

This is a Sources Sought Notice and should not be construed as a solicitation announcement.

The purpose of this notice is to gain knowledge of potential qualified business concerns, both United States (U.S.) and Foreign, capable of performing Operations and Maintenance Services on facility and critical infrastructure throughout Afghanistan. Since all of the work will be performed outside of the continental U.S., no set asides or socioeconomic preference of any sort will be granted.

It is anticipated that a Firm-Fixed-Price (FFP) Services contract will be issued with a period of performance of a base period of 18 months and one (1) option period of 12 months. Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services will be included in the solicitation.

The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) has a requirement for operations and maintenance (O&M) and training services at various Afghan National Army (ANA) and Afghan National Police (ANP) sites throughout Afghanistan. Work and responsibilities will include both preventative and unscheduled maintenance/repair to real property assets such as critical infrastructure facility buildings, systems and equipment located on ANA and ANP sites. Critical infrastructure may include water systems (WTP), waste water systems (WWTP), commercial HVAC systems and power generation. The contractor is expected to provide all of the necessary labor, supplies, materials, tools, equipment, spare parts and any other items necessary to perform the O&M services. Interested contractors will also be responsible for developing and conducting regional vocational classroom training programs intended to train facility engineering personnel on how to manage and maintain facilities and infrastructure.

Response Requirements: Interested contractors are invited to submit a Statement of Capability (SOC). The SOC must identify contract(s) (including current point of contact information) in which the interested contractor served as either the prime contractor or as a key subcontractor, performing 30% or more of the total contract value, providing O&M support services in the U.S. Central Command (CENTCOM) area of responsibility (AOR), in concurrent multiple locations; and years of company experience maintaining similar services in the CENTCOM AOR executing projects in multiple locations. SOC is limited to 10 pages only including cover and table of content page.

Proof of Joint Contingency Contracting System (JCCS) registration: Contractor must provide proof of registration in JCCS. The primary system for host nation vendor vetting for CENTCOM is the JCCS. Effective 01 October 2011, contractors for all USACE solicitations shall be JCCS registered. Information on JCCS registration is available at the following web-site: https://www.jccs.gov/olvr/bta_jccs_default.aspx.

The contractor must provide its Company JCCS ID number. The Contract Specialist will search the JCCS database using the JCCS Company ID number supplied by the contractor.

Provide a copy of your active SAM registration, showing your CAGE code and active status.

RESPONSE REQUIREMENTS:

The SOC must contain a cover letter including the company name, address, point of contact, telephone and e-mail address, and business classification. The SOC must be submitted electronically to the Contract Specialist listed in this announcement. Responses must be received not later than (NLT) 29 July 2019, 2:00 p.m. US EST. Submissions must be made electronically via email. If email response is submitted the subject line must read Afghanistan O&M Services Sources Sought. E-mail address is david.m.proffitt@usace.army.mil and abraham.curry@usace.army.mil.

The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor does the Middle East District intend to award a contract on the basis of this request for information or otherwise pay for the information solicited.

Overview

Response Deadline
July 29, 2019, 3:00 p.m. EDT Past Due
Posted
July 12, 2019, 4:56 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
55%
On 7/12/19 USACE Middle East District issued Sources Sought W912ER20R0001 for Afghanistan O&M Services due 7/29/19. The opportunity was issued full & open with NAICS 561210 and PSC M.
Primary Contact
Title
Contract Specialist
Name
David Proffitt   Profile
Phone
(540) 665-4032

Secondary Contact

Title
Contract Specialist
Name
Abraham Curry   Profile
Phone
None

Documents

Posted documents for Sources Sought W912ER20R0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Sources Sought W912ER20R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912ER20R0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912ER20R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE Middle East District
Source Organization Code
b63759f25f8b0679109d76a4c75b1c47
Last Updated
Aug. 13, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 13, 2019