MODIFICATION
R -- Retail Supply Operations services
- Notice Date
- 2/4/2004
- Notice Type
- Modification
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189-03-R-0002
- Response Due
- 4/5/2004
- Archive Date
- 2/29/2004
- Point of Contact
- Diane Krueger, Contract Specialist, Phone 757-443-1385, Fax 757-443-1424,
- E-Mail Address
-
diane.krueger@navy.mil
- Description
- In July 2000, the Department of the Navy announced the Retail Supply function as a candidate for a Commercial Activities study in accordance with OMB Circular A-76. The intent of the study is to determine the most efficient and cost effective method of providing the following services in the Mid-Atlantic Region: 1) Warehouse Operations, 2) Material Delivery, 3) Customer Service, 4) Inventory Management, 5) Program Management, and 6) Unique Industrial Activity Support. Limiting conditions for this acquisition include the need for the Service Provider to be fully capable of supporting the various operational and Systems Commanders requiring Retail Supply support. These operational and Systems Commanders include, but are not limited to, Naval Supply Systems Command (NAVSUP); Naval Air Systems Command (NAVAIR); Naval Sea Systems Command (NAVSEA); Naval Ordnance Command (NAVORD); Commander, Naval Installation (CNI); Space and Warfare Command (SPAWAR); and various Naval Stations, Naval Air Stations, and Industrial Activities, such as Norfolk Naval Shipyard. This effort will include support for various functions such as the nuclear operations conducted at the Norfolk Naval Shipyard and the weapons assembly operations at RSO Peninsula's Yorktown site. Accordingly, the Service Provider must be capable of gaining access to all facilities requiring support, to include the ability to obtain all necessary security clearances. In addition, the Service Provider must have expertise in the multifaceted Supply-related Information Technology (IT) systems, including Uniform Automated Data Processing System (UADPS), UADPS U2, Naval Aviation Logistics Command Management Information System (NALCOMIS), Material Access Technology (MAT), Integrated Logistics Support Management System (ILSMIS), Equipment Management and Control System (EMACS), World Ports System (WPS), Relational Supply (R-Supply). These site-specific systems are critical to the performance of the Retail Supply function due to their integration with the overall operations of the customers at the various sites. Due to this operational interrelationship, use of alternative systems will not be allowed. The offeror determined to represent the best value to the Government will be compared to the Government's proposal to perform the Retail Supply services. The Government intends to negotiate a firm fixed price contract. The resulting contract will be for a base period of one year with four one year option periods and an anticipated start date of 1 April 2005. NAICS 561210 applies. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at http://www.neco.navy.mil or at http://www2.eps.gov. The current solicitation, N00189-03-R-0002, will be reopened and amended to provide for full and open competition. Direct all questions to FISC Norfolk, Detachment Philadelphia, Attn: Daniel Damanskis, 700 Robbins Ave., Philadelphia, PA 19111, telephone: (215) 697-9730 or email: daniel.damanskis@navy.mil. The amendment will be issued on or about 20 February 2004.
- Place of Performance
- Address: Tidewater/Hampton Roads region of eastern Virginia
- Record
- SN00515915-W 20040206/040204212701 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |