Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2007 FBO #1934
SOURCES SOUGHT

R -- Small Business Sources Sought to provide Contractor Logistics Support and Training to the USMC Chemical Biological Incident Response Force (CBIRF)

Notice Date
3/12/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
NONEYET
 
Response Due
3/26/2007
 
Archive Date
5/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army RDECOM Acquisition Center  Natick Contracting Division, in support of the U.S. Marine Corps (USMC) Systems Command Program Manager for Chemical, Biological, Radiological, and Nuclear (CBRN) Defense Systems, has a requirement for Contra ctor Logistics Support to the USMC Chemical Biological Incident Response Force (CBIRF), located at Indian Head, Maryland. CBIRF is a task-organized, self-sustaining, highly trained consequence management unit, consisting of 480 Marines, Sailors, and civil ians from a variety of occupational specialties, that is capable of responding on short notice to terrorist initiated chemical, biological, radiological, nuclear, and/or explosive incidents. CBIRF elements are capable of chemical, biological, and radiolog ical detection and identification, hazard prediction, advanced life saving and triage, evacuation of victims from contaminated areas, decontamination, incident site management, and security. CBIRF owns, operates, and maintains military and/ commercially a vailable radiological, biological, and chemical defense equipment, general support equipment, and medical equipment. The successful offeror will only provide Contractor Logistics Support (CLS) for the Commercial Off-The-Shelf (COTS) equipment and technolo gies. CBIRF functions within the National Response Plan and has developed a robust supporting relationship with other first responders. The Government is publishing this notice in order to receive information (described in the following text) from small businesses interested in this procurement so that a determination can be made as to whether or not this procurement should be issued unres tricted or as a small business set aside. The successful offeror will be capable of providing CBIRF with program support services, including program management, logistics support, inventory/asset management, supply chain management, procurement of spare p arts/sustainment items/end items/maintenance and repair service agreements, maintenance and warranty management, and training management. The successful offeror shall also be capable of providing and maintaining a fully integrated, limited access, interne t-based Enterprise Resource Planning System that integrates most, if not all, of the above described program support activities. Important requirements to note are as follows: Logistics Support: The contractor shall provide customer service representation 24 hours/day, seven days/week. The contractor will be fully responsible for packaging, material handling, unloading, inspection, delivery, and on-scene support for ground an d air transportation of equipment and materials. This includes providing vehicles and/or aircraft if military vehicles are not available. Inventory/Asset Management: The contractor will be responsible for implementing a Bar Code based asset management system with appropriate configuration management so that CBIRF equipment and supply stockpiles are maintained at 95% or greater readiness at all times. The asset management system shall include preventive maintenance scheduling, unique identification (UID) system and radio frequency (RF) tagging that is fully compliant with DOD policies and standards. The contractor shall establish a transpa rent internet-based system to track the life-cycle of each end-item and system, including order fulfillment. Supply Chain Management: The contractor shall implement a supply chain management system that incorporates demand planning/forecasting, materials requisition/order processing via a contractor-provided on-line catalog and order entry system. The contracto r shall ensure that requisitions can be received and processed via standard MILSTRIP formats. Procurement: The contractor shall be responsible for procuring Spare Parts, Sustainment Items, selected End Items, and Maintenance and Repair service agreements. The contractor shall be fully responsible for maintaining audit trails for all purchasing actions. Maintenance and Warranty Management: The contractor shall be responsible for performing all maintenance and warranty management, including calibration of all COTS/NDI equipment. Training: The contractor shall provide training support to the USMC in the areas of personnel use of equipment and consequence management operations. Training support shall include developing training plans, lesson scenarios and lessons, providing lesso n-related materials, construction/maintenance of training devices, and direct supervision and training of students. The courses will consist of ten (10) nine-day CBIRF employee basic courses and seven (7) four-day Marine Security Guard courses. The Gove rnment will provide classroom facilities. The Training Instructors shall have 3  5 years formal instructional experience and knowledge of WMD prevention, deterrence, and response training concepts and strategies. The Training Team Leader shall have 5-10 y ears formal instructional experience and knowledge of WMD prevention, deterrence, and response training concepts and strategies. Enterprise Resource Planning System: As stated above, the Contractor shall be capable of providing and maintaining a fully integrated, limited access, internet-based Enterprise Resource Planning System that integrates most, if not all, of the above descri bed program support activities. The System shall use hardware and software that is fully compatible with U.S. Government platforms and security requirements. The system shall, at a minimum, fully integrate the following functions: purchase requests, item availability, funding, availability, Contracting Officer authorization, order status, shipping status, evidence of receipt, invoicing, payment and reconciliation of funds, asset tracking, and monthly reports. The Government will provide office facilities at Indian Head, Maryland for on-site CLS logistics personnel. Offices for trainers will be located at Stump Neck, MD. SECURITY: All contractor personnel shall be capable of passing a security background investigation. U.S. Citizenship is required of all contractor employees supporting the CBIRF program. All hardware and software used in this effort is subject to Navy-M arine Corps regulations. The Government anticipates a one-year base performance period for this effort, with four, one-year options. A minimum of 50% of the work-force supporting this effort must be supplied by the Contractors own employees under a small business set-aside (See FAR 52.219-14: Limitations on Subcontracting). For purposes of this acquisition, the small business definition is less than $25 million (NAICS 541330 Military and Aerospace Equipment). After reading the scope of work above, please respond to the followin g questions: (1) How will your Company provide the required services and, if teaming with other firms, which tasks will be performed by your own employees and which tasks will be performed by subcontractors and/or teammates? (2) Do you have experience i n military or emergency response program support, including the services described above? (3) Have you developed and implemented an Enterprise Resource Planning System, as described above? (4) Briefly describe your experience and capabilities in relatio n to the services required under this contract. Provide Government references for support. (5) Please indicate the dollar value your firm is capable of working on considering your current work schedules and capability. (6) If this project were set-asi de for small business, would you submit a bid proposal if in your range? (7) Is your firm a certified HUBZone? (8) Is your firm a certified 8(a) firm? (9) What is the value of the largest contract where your company has been the prime contractor? Fai lure to answer any of the above questions may result in a determination of lack of capability for purposes of this survey. Responses shall be limited to 10 pages. See Note 25 for additional guidance. Email only responses are requested by 3:30 pm, March 26, 2007 and should be forwarded to Darlene Rideout at Darlene.Rideout@natick.army.mil and David Mark at david.w.mark@natick.army.mil. The Government anticipates releasing the RFP by 30 Apri l 2007.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01249105-W 20070314/070312220704 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.