Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2012 FBO #4017
DOCUMENT

R -- Third Party Logistics (3PL) inventory management and point-of-sale (POS) transactions for facility repairs and maintenance and vehicle repairs and maintenance materials - Attachment

Notice Date
11/21/2012
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N00406 NAVSUP Fleet Logistics Center Puget Sound 467 W. STREET BREMERTON, WA
 
Solicitation Number
N0040613R3019
 
Point of Contact
Bret Wood 3604769068 bret.wood@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NAVSUP Fleet Logistics Center, Puget Sound is soliciting for a firm fixed-price service type contract to be negotiated on a 100% small business set-aside basis in support of Public Works Department, Naval Base Kitsap Bremerton (PWD Bremerton) for managing the total work effort associated Third Party Logistics (3PL) inventory management and point-of-sale (POS) transactions for contractor owned material at Naval Base Kitsap, Bremerton. This requirement is to help meet the Navy ™s goal of preserving naval facilities located within the area of responsibility for Navy Region Northwest. The awardee will be required to stock the shop store with materials that are commonly used by PWD Bremerton for facility repairs and maintenance and vehicle repairs and maintenance. The materials will be managed by the awardee. The materials will not be purchased by the Government until needed. The awardee shall furnish all labor, supplies, equipment, management, supervision, and reports necessary to maintain an adequate supply of all parts, materials, and equipment needed to accomplish the needs and requirements of PWD Bremerton. For material not carried in stock, but required to be furnished within a specified period of time (to be determined prior to the issuance of the solicitation), the awardee shall furnish all labor, supplies, equipment, management, supervision, and reports necessary to procure all parts, materials, and equipment needed to accomplish the needs and requirements of PWD Bremerton. A presolicitation conference will be held on 05 December 2012 at Naval Base Kitsap, Bremerton, WA from 0800 to 1000 P.S.T. in building 900, 3rd floor conference room. All contractors must arrive by 0800 to participate in the presolicitation conference. All questions and answers from the presolicitation conference will be posted and/or incorporated upon issuance of the solicitation. For base access please email a copy of your company I-9, proof of citizenship, and a copy of Attachment I with blocks 1 through 6 and 12 completed to Mike Vogel at michael.t.vogel2@navy.mil and copy the Contract Specialist, Bret Wood at bret.wood@navy.mil on the email by the close of business on 30 November 2012. Upon arrival at Naval Base Kitsap, Bremerton the attendees must present proof of citizenship and the driver must have valid insurance and a valid driver ™s license. We anticipate a single award, firm-fixed-price, indefinite delivery, indefinite quantity, service type contract which includes a base plus four one-year option periods. Payment terms are NET 30 and shipping will be FOB Destination. The Government intends to use FAR Part 12 and FAR Part 15 for this acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 561210, Facilities Support Services, and the Small Business Size Standard is $35.5M. Prospective offerors not registered with the System for Award Management (SAM) (www.sam.gov) should immediately begin the registration process. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220, or via the Internet at https://www.sam.gov/portal/public/SAM/. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis. A complete Request for Proposal package will be available for downloading at the NECO Website: http://www.neco.navy.mil or http://www.fedbizopps.gov on or about 20 February 2013 under solicitation number N00406-13-R-3019. The Government will NOT distribute hard-copy solicitations or amendments. The Government will not mail, fax, or e-mail the solicitation or any amendments thereto. Subsequent amendments, if any, will be transmitted solely via the NECO web site. Prospective offerors are responsible for checking the NECO web site early and periodically for any solicitation amendments. Prospective offerors should not expect notification that an amendment has been issued. The NECO web site is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offeror ™s inability to access the document posted on the referenced web site. Telephone and facsimile requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040613R3019/listing.html)
 
Document(s)
Attachment
 
File Name: N0040613R3019_Visitor_badge_request.pdf (https://www.neco.navy.mil/synopsis_file/N0040613R3019_Visitor_badge_request.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0040613R3019_Visitor_badge_request.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02935393-W 20121123/121121233955-0f65fb5ef20324ab5fb914fee7e80843 (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.