Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2009 FBO #2906
SOLICITATION NOTICE

M -- Distribution Support Services for the Defense Distribution Depot San Diego, California (DDDC) - DRAFT PWS & DRAFT Technical Exhibits - DDDC Pre-Proposal Conference/Site Visit Registration Request Form

Notice Date
11/6/2009
 
Notice Type
Presolicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-09-R-0035
 
Archive Date
11/6/2010
 
Point of Contact
Tracy A Birch, Phone: 717-770-6613, MEDARD R KOWALSKI, Phone: 717 770-5979
 
E-Mail Address
tracy.birch@dla.mil, medard.kowalski@dla.mil
(tracy.birch@dla.mil, medard.kowalski@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DDDC Pre-Proposal Conference/Site Visit Registration Request DRAFT TE 6.1 Government Forms DRAFT TE 5.10 DDC Instructions for Processing Open/Unconfirmed Material Release Orders DRAFT TE 5.9 DDC Wood Packaging Material Program: A Guide for the CONUS Depots DRAFT TE 5.8N Local Delivery Customers, Material Delivery Schedule > 10 Miles DRAFT TE 5.7N MPC Home Ported Ships DRAFT TE 5.6N Local Delivery and Pickup Points DRAFT TE 5.5 DDC Standard Operating Procedures for FMS Shipments DRAFT TE 5.4 DDC Standard Operating Procedures for Processing and Handling Classified Material DRAFT TE 5.3 Contractor DSS Load and Maintain Programs DRAFT TE 5.2 Projected Workload DRAFT TE 5.1 Historical Workload DRAFT TE 5.0 Acceptable Performance Levels (APLs) DRAFT TE 4.4 Other Equipment PM Task Codes DRAFT TE 4.3 MHE Equipment PM Task Codes DRAFT TE 4.2 MHS Equipment PM Task Codes DRAFT TE 4.1 Contractor Furnished Training DRAFT TE 3.10 Sample Documents Scanned into EDMS DRAFT TE 3.9 Government Furnished Training DRAFT TE 3.8 Government Furnished Data Systems DRAFT TE 3.7 IT Troubleshooting Guidelines DRAFT TE 3.6 GFE-IT Equipment DRAFT TE 3.5 GFE-Office Equipment DRAFT TE 3.4 GFE-Misc Warehouse Equipment DRAFT TE 3.3 GFE-MHE DRAFT TE 3.2 GFE-MHS DRAFT TE 3.1 GFF DRAFT Attachment J.2 PWS Supplement DRAFT Attachment J.1 Performance Work Statement (PWS) The Defense Distribution Depot San Diego, California (DDDC) provides material distribution services including the receipt, storage, and issuance of material. The contractor shall provide material distribution services performed at DDDC. Material distribution services include all management, personnel, supervision, materiel, tools, equipment, transportation and any other items and services not government furnished. DDDC’s primary mission is to plan, program, manage, and execute efficient and effective receiving, storage, inventory, packaging, Care of Supplies in Storage (COSIS), stock control, stock selection, issue processing, packing, shipping, and distribution of repair parts and secondary items in support of on-base, local, and worldwide customers. The DDDC consists of two (2) sites located at Naval Base San Diego (NBSD) and Naval Base Coronado (NBC) (formerly Naval Air Station North Island (NASNI). These sites are approximately 8 miles apart. The major commodities are Depot Level Repairables (DLRs), electronics, industrial, medical, general, construction, clothing, packaged petroleum, chemicals, steel, sheet metal, bar stock, ship and aviation repair parts, and boats/amphibious craft, replacement parts for military equipment and aircraft engines. The DDDC supports various ships homeported at NBSD and NBC as well as possible temporary support to units throughout Navy Region Southwest. The contractor shall be responsible for managing and operating the Material Processing Center (MPC) Operation for all ships home-ported at NBSD, NBC and any visiting ships to the local geographic area. The MPC Operation is a customer focused distribution support operation that specializes in receiving and processing material that is to be stowed on ships. Work includes a significant amount of emergency interrupt type workload within all functional work areas. This is due to the high concentration of local customers that walk-in and request customer support services for expedited processing of requisitions (i.e., Bearer Walk Throughs) and special functions (e.g., trans-shipments, packaging, container fabrication). Workload originate from various customers by: Receipt of new procurements, customer returns, and Material Turned Into Store (MTIS), redistribution orders and maintenance turn-ins; Issues for on-base and off-base customers; On-base and off-base transshipments; Disposal Release Orders (DROs); and Redistribution Orders (RDOs) and Stock Transfer Orders (STO) issues to other storage sites. The Defense Distribution Center (DDC) is seeking offerors to perform the above functions which will be evaluated utilizing a Best Value/Trade-Off Analysis. The solicitation will be unrestricted, full and open competition. A DRAFT of the Performance Work Statement (PWS) and Technical Exhibits (TEs) is enclosed. The DDC anticipates the solicitation to be released on or about 1 December 2009. It is anticipated that the resultant contract will be awarded on an all or none basis as a Fixed-Price Incentive Firm Target (FPIF) contract, and may include some cost and labor-hour line items. It is further anticipated that the contract period of performance will be a one (1) year base period and four (4) one-year options. A Site Visit and Pre-Proposal Conference is expected to be conducted at DDDC on 11 – 12 December 2009, as follows: Friday, 11 December 2009 will be the Pre-Proposal Conference. Saturday, 12 December 2009 will be the Site Visits and Government Furnished Property (GFP)/Government Furnished Equipment (GFE) Reviews/Inspections. Exact times and locations, along with maps, will be published with the solicitation. Interested parties must register with Tracy Birch by email at tracy.birch@dla.mil no later than (NLT) 1:00pm eastern time on Tuesday, 24 November 2009. Registration requests shall be submitted on company letterhead in accordance with the format provided in the enclosed document entitled “DDDC Pre-Proposal Conference/Site Visit Registration Request” and shall include the following information for representatives planning to attend: Name (Last, First, Middle Initial), Height, Weight, Hair Color, Eye Color, Social Security Number (SSN), Date of Birth, Citizenship (i.e. U.S. Citizen, Foreign National, etc.), dates attending, phone number, fax number, beeper/pager number (if applicable), and email address. In addition, please enclose a Xerox copy of your company’s ID Badge for those company representatives planning to attend, if your company issues badges to employees. Naturalized Citizens must provide their Naturalization Number and must bring to the Pre-Proposal Conference/Site Visit the certificate that was issued to prove citizenship (i.e. (1) – CN – Designates Certificate of Naturalization; (2) – CC- Certificate of Citizenship; (3) – PP – American Passport with expiration date; (4) – GC- Green Card). Attendance by Foreign Nationals will require DDC to obtain DLA HQ approval prior to attending the conference. Confirmation will be validated by return email. Parties may send different attendees to each event (i.e. the Pre-Proposal Conference and the Site Visit); however, attendees are limited to two (2) per company per event. Please note that this will be the only Site Visit for this procurement. The NAICS code and Size Standard are 493110 and $25.5 million, respectively. All documents related to this solicitation will be posted to the Federal Business Opportunities website (http://www.fedbizopps.gov/) under Solicitation Number SP3300-09-R-0035. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this presolicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-09-R-0035/listing.html)
 
Place of Performance
Address: Defense Distribution Depot San Diego, California (DDDC), which consists of two (2) sites:, Naval Base San Diego (NBSD) and Naval Base Coronado (NBC) (formerly Naval Air Station North Island (NASNI)., San Diego, California, 92136-5491, United States
Zip Code: 92136-5491
 
Record
SN01999910-W 20091108/091107000038-bf449a3596f4c7ee93d642e4146afb01 (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.