Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOURCES SOUGHT

X -- Contractor Warehousing and Logistics Support for Army Ground Combat Vehicles

Notice Date
5/30/2012
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-11-R-0188
 
Response Due
6/8/2012
 
Archive Date
8/7/2012
 
Point of Contact
Michael Shumar, 586-282-7214
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(michael.w.shumar.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.Sources Sought Notice. The Program Executive Office for Ground Combat Systems (PEO GCS), Program Management Office Heavy Brigade Combat Team (PM HBCT) is conducting a Market Survey to determine the level of interest among qualified contractors in providing Warehousing and Logistics services for the following HBCT vehicles systems: > M1A1/M1A2 Abrams Tank Family of Vehicles (FOV) > M2/M3 Bradley Fighting Vehicle Systems (BFVS) > M88A1/A2 HERCULES - Heavy Equipment Recovery Combat Utility Lift and Evacuation System > M109A6 Paladin Self Propelled Howitzer/M992A2 FAASV - Field Artillery Ammunition Supply Vehicle > M1200 Armored Knight The Market Survey Questionnaire will provide a better understanding of the capabilities of industry companies as potential sources. It will identify the contractors who may possess the required technical expertise, facilities resources, and demonstrated experience. The projected contract period of performance will be for an estimated 24-months contract period of performance (1 Sep 2012 thru 31 Aug 2014). For the purposes of this Market Survey, the contractor should assume 80% of the work will take place near Fort Hood, Texas along with total package fieldings (TPF) in both CONUS and OCONUS locations. 2.Proprietary Information. The U.S. Government acknowledges its obligations under Federal Acquisition Regulations (18 U.S.C. 1905) to protect confidential information provided to the Government. Pursuant to this statute, the U.S. Government is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this survey and to protect such information from unauthorized disclosure, subject to the following: > Qualifying data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified as to exactly what data so qualifies. > Only mark the data that is truly proprietary. > Do not mark data that is already in the public domain or is already in possession of the U.S. Government or third parties on an unclassified basis. > Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: "PROPRIETARY PORTION BEGINS" and "PROPRIETARY PORTION ENDS." 3.Disclaimer. The U.S. Government is not obligated to protect unmarked data. Nor is the Government obligated for like data in possession of third parties or for data which is afterwards placed in the public domain by the contractor or by third parties through no fault of the U.S. Government. Should the U.S. Government need to reproduce the protected data for distribution purposes between Government offices, all such data will be reproduced with restrictive legends in place. Additionally, all Government personnel provided with protected information will, prior to receiving copies of such information, sign a Non-Disclosure Agreement, which both alerts personnel of the proprietary nature of the information being provided as well as the seriousness of the Government's obligations to protect such information. 4.Clarification of this Action. This request is a Market Survey. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this notice is voluntary and no reimbursement will be made for any costs associated with providing information in response to this market survey and any follow-on information requests. Information provided regarding the potential contract as presented in this Market Survey is subject to change. Data submitted in response to this market survey will not be returned. No solicitation document exists at this time. The Government does not intend to rank submittals or provide any reply to interested firms. 5.Contract Scope of Work. The primary requirement of this work effort is to satisfy the US Army's Warehousing and Logistics requirements (IAW AR 700-42/DA Pam 700-142) in the material fielding process of new or modified materiel systems. Actions to accomplish TPF vary based on the category and complexity of the weapon system and required support.. The contractor will ensure Heavy Brigade Combat Team Formations are precisely equipped with a complete initial sustainment capability at time of hand-off of vehicle systems. This is accomplished by executing the following tasks: > Operate a contractor owned or leased warehouse within 50 miles of Fort Hood, Texas to support TPF > Conduct caretaker stockage support of each TPF Package Level in warehouse environments, equipped with physical security and humidity controlled features. > Refurbish parts and equipment to operational standards for TPF Packages. > Implement HAZMAT, Environmental, and Occupational Safety programs to ensure protection of human health and prevent environment pollution. > Provide qualified, trained and skilled manpower to integrate and work required facets of TPF Program elements. > Assess and plan for TPF Level I-III category activities, alerted to published limitations and prevailing change conditions in materiel release process. > Generate and maintain a Material Requirements List for each fielded system. > Establish access into and operate in Government supply and document information management systems. > Compute initial issue items, conduct requisitioning of exact class of supply items, organize assembling, and coordinate delivery and shipment of Level I-IV TPF Packages that includes: BII-Basic issue items, ASIOE-Associated support items of equipment, COEI-Component of end item, STTE-Special tools and test equipment, TPS-Test program sets, Initial Issue Spare/Repair Parts, Technical Manuals and Publications (starter set), Caretaker Stocks, Special Mission Kits and Outfits. > Conduct fielding site setup coordination, practices, and customers link-up receiving TPF support which includes after action reports. > 100% inventory and accountability for all equipment hand-off issuance in property book automation systems. > Identify support, technical, and safety shortcomings prior to and during fielding process and resolve all issues in coordination with proper Government agencies. > Precisely document and close-out all TPF associated records. > Participate in mandatory TPF reviews e.g. New Materiel Information Brief (NMIB). > Produce and supply Government contract deliverable on time and complete. 6.Instructions for Completing the Questionnaire. Contractors who deem themselves qualified and who would be interested in competing for such a contract are asked to complete the following questionnaire and provide written responses electronically via email to the U.S. Army Contracting Command(ACC) POC, Mr. Michael Shumar at michael.w.shumar.civ@mail.mil. ACC will not accept telephone inquiries. Mr. Shumar will not schedule personal visits for the purpose of discussing this announcement. Emails or phone calls requesting personal visits will not receive a reply. Request that your response be returned no later than 1200 PM EST, 8 JUN 2012. a.Answer all of the questions in the Market Questionnaire. If certain US Army Warehousing and Logisticscapability requirements are not deemed available, or not achievable according the respondent's company knowledge, please include an alternate proposal/solution, which would be intended to provide the intent of the capability, described in the question format. It is the US Army's desire to avoid "not applicable" (N/A) type answers. b.Responses Format. Request that electronic responses be provided in any of the following formats: Microsoft Word 2007 or earlier, Microsoft Excel 2007 or earlier, Microsoft PowerPoint 2007 or earlier or compatible with Adobe Acrobat PDF Reader 9.0 or earlier. You may use multiple email messages if necessary. The subject line must include the message number (example 1 of 3, 2 of 3, 3 of 3), and Company Name with response title "Contractor Logistics Total Package Fielding Service Support Market Survey." c.Each response will include the following as part of the Market Survey statement of capability business information: Administrative Information 1)Source Sought Number 2)Company Name 3)Mailing Address and Website 4)Location of facilities 5)CAGE Code 6)North America Industry Classification System (NAICS) number 7)Business size, type and eligibility under USG socio-economic programs and preference 8)If Small Business: Check the appropriate box ___ Small Business, ____ # of employees AND list all applicable NAICS Codes identifying the company as a small business ___Veteran Owned Small Business ___Service-Disabled Veteran Owned Small Business ___HUBZ One Small Business ___Small Disadvantaged Business ___Women-Owned Small Business 9)State when your company's cost system was certified by the Defense Contract Audit Agency (DCAA)? ___YES, ___ NO Person Responding to Questionnaire 10)Name 11)Title 12)Company Responsibility/Position Description 13)Company Office and Business Cell Telephone and Fax Number 14)Office Email Address Note: POC's should include individual(s) who is(are) duly authorized in managing any/all technical issues and/or questions, and individual(s) who is(are) authorized in managing any/all contractual issues and/or questions. 7.QUESTIONNAIRE Warehouse Supply Support: Question #1. What is your organization's ability to determine the serviceability of Class II and IX materiel and conduct repair/refurbishment of those items in a warehousing environment when required? Question #2. What is organization's capability and experience in CL IX repair parts support of de-processing through New Equipment Training (NET) which includes Standard Army Maintenance System - Enhanced (SAMS-E) system in a warehousing environment? Question #3. What is your organization's experience and capability to consolidate TPF via automated database system that interface with US Army electronic data interchange (EDI) applications? Question #4. What is your organization's ability to perform all warehouse management functions, to include hazardous materials (HAZMAT), and materiel handling, using automated database systems i.e. Standard Army Management Information System (STAMIS)? Question #5. What is your organization's capability and experience in establishing accountability for the end item and associated items of equipment supporting material fielding and transfer using the US Army Property Book Unit Supply Enhanced (PBUSE) system? Question #6. What is your past experience in acquiring (leasing) facilities to support warehouse operations? Question #7. Can your firm provide at least 80,000 sq ft of secured warehouse space that is configured with a minimum of 75% being interior space capable to stock, store, and prepare for TPF shipments within 50 miles of Fort Hood, Texas? Question #8. What is your organization's experience with submitting and tracking Supply and Transportation Discrepancy Reports (SDR/TDR) and Product Quality Deficiency Reports (PQDR)? Logistics Management: Question #1 What is your organization's experience and knowledge of packaging, shipping and receiving military equipment to OCONUS locations? Question #2 What is your organization's experience with creating and maintaining a Materiel Requirements List (MRL)? Question #3 What is your organization's experience with Military Standard Requisitioning and Issue Procedures (MILSTRIP)? Question #4 Describe your capability to generate TPF Authorized Stockage Listing (ASL) in diskette media containing Military Standard Requisitioning and Issue Procedures (MILSTRIP) data to establish stock authorization, catalog and due-in data for gaining commands Standard Army Retail Supply (SARSS) stock record account? Question #5 What is your capability and techniques/tools used in tracking and issuing shortages that may occur during the TPF handoff? Question #6 Describe your capability and experience in planning, developing and identifying manpower to support Total Package Fielding? Question #7 What is your organization's capability and experience to order, manage, and issue US Army publications and forms? Question #8 Describe your organization's familiarity with US Army supply support, fielding, and warehouse management regulations, pamphlets, and associated publications? Question #9 What is your organization's experience and ability to process administrative actions and travel requirements for CONUS and OCONUS sites to handoff TPF packages? Fielding Efforts: Question #1. What is your organization's capability and experience in warehousing and segregating TPF items at fielding sites in preparation for issue? Question #2. What is your organization's ability to identify and issue components that support various weapon systems i.e., Basic Issue Items (BII), Components of End Items (COEI), Special Tools and Test Equipment (STTE)? Question #3. What is your organization's ability to ensure weapon systems meets electronic logbook requirements on day of issue? Question #4. What is your organization's experience in assisting a de-processing team, and or leading the hand-off effort? Question #5. What is your organization's experience and capability to assist the Supply Support Activity with processing the TPF ASL into Standard Retail Supply System (SARSS)? Miscellaneous: Question #1. What are your concerns regarding this period of performance (24 Months)? Question #2. What are your concerns with your organization's ability to start up and close out warehousing efforts within the described period of performance? Question #3. Does your firm have employees that would work TPF efforts with a Secret Clearance or favorable National Agency Check (NAC)?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d5c6ed7dbfd816b6830891b252a4308)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02761670-W 20120601/120531000211-1d5c6ed7dbfd816b6830891b252a4308 (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.