SOURCES SOUGHT
R -- NASA DFRC LOGISTICS MANAGEMENT SERVICES
- Notice Date
- 8/22/2013
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND13488521R
- Response Due
- 9/9/2013
- Archive Date
- 8/22/2014
- Point of Contact
- Angela Stinchfield, Contracts Specialist, Phone 661-276-7128, Fax 661-276-2904, Email angela.t.stinchfield@nasa.gov - Robert Medina, Contracting Officer, Phone 661-276-3343, Fax 661-276-2904, Email robert.medina-1@nasa.gov
- E-Mail Address
-
Angela Stinchfield
(angela.t.stinchfield@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION <p> The National Aeronautics and Space Administration (NASA) Dryden Flight Research Center (DFRC) is conducting market research and soliciting information from potential sources interested in responding to a future solicitation for Logistics Management / Asset Management Services at DFRC. The purpose of this Sources Sought Notice is to determine the degree of interest in this requirement and solicit information that will enable NASA to better prepare a solicitation that will meet the Agencys requirements. This Sources Sought Notice is for information and planning purposes only, and shall not be construed as a solicitation or obligation by NASA. <p> NASA DFRC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for Logistics Management / Asset Management Services at DFRC. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. <p> No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. <p> REQUIREMENT DESCRIPTION <p> The objective of this requirement is to obtain Logistics Management / Asset Management Services at DFRC for all resident agencies and contractors by means of a Firm Fixed-Price (FFP) and Indefinite Delivery Indefinite Quantity (IDIQ) contract. The anticipated period of performance for this contract includes a 30-day phase-in period, a 12-month basic period, and four (4) one-year option periods. The phase-in period will be acquired through a separate purchase order. The North American Industry Classification System (NAICS) code for this requirement is 493110, General Warehousing and Storage. The size standard is $25.5M. <p> The contractor shall provide the necessary expertise, capabilities, management, equipment, supplies, materials and personnel (not otherwise provided by the Government) to perform Logistics Management / Asset Management Services at DFRC. Services consist of: Supply Management Services, Warehousing Services, Warehouse Inventory Control Services, Equipment/Property Management Services, Transportation Services, Mail Delivery Services, Pickup and Delivery Services, Move Services, Records Management Services, and Purchase Request Processing Services. Tasks will be principally performed at Dryden Flight Research Center, Edwards, CA and Dryden Aircraft Operations Facility (DAOF), Palmdale, CA. <p> Expected logistics/asset requirements include the following: Supply Management Services: The Contractor shall provide all services associated with the day-to-day operations, identification, documentation, and physical control of all inventory items. The Contractor shall provide these services IAW the NASA Records Retention Schedules, NPR 1441.1; the NASA Materials Inventory Management Manual, NPR 4100.1; the Federal Property Management Regulations (FPMR); the NASA Financial Management Manual (FMM 9060); the Department of Transportation (DOT) Regulations; the International Civil Aviation Organization (ICAO), and the International Air Transport Association (IATA) Guidelines. <p> Warehousing Services: The Contractor shall provide general warehousing services in the following Government provided facilities at DFRC, Edwards, CA and DAOF in Palmdale, CA. DFRC Warehouse #6 Building 4876 (approx. 25,000 sq. ft.); Warehouse #7 Building 4832 (approx. 9,216 sq. ft.); Warehouse #2 Building 4808 (approx. 9,730 sq. ft.); Warehouse - Building 4837; Hazardous Materials Storage Warehouse Building 4852(approx. 2,640 sq. ft.) and Outside Storage Yard Adjacent to Warehouse #6 & #7 (approx. 16,000 sq. ft.). Sub-location DAOF Building 703 warehouse (approx. 52,800 sq. ft.). The DAOF warehouse is remotely located approximately 35 miles southwest of DFRC, at Air Force Plant 42, Site 9, Palmdale, CA. The DAOF warehouse is a full time operation and must be staffed during operational hours for safety reasons. <p> Warehouse Inventory Control Services: The Contractor shall perform inventory control services for the Stores Stock, Program Stock and Standby Stock Systems. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> Equipment/Property Management Services: The Contractor shall provide Equipment/Property/Disposal Management Services and accountability by identifying, processing, documenting, reporting, tracking, inventory and managing DFRC property IAW NPR 4200.1 NASA Equipment Management Manuel, NPR 4200.2 Equipment Management for Property Custodians, NPR 4100.1 - NASA Materials Inventory Management Manual and NPR 4300.1 NASA Personal Property Disposal Procedures and Guidelines and General Services Administration. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> Transportation Services: The Contractor shall provide all Shipping, Receiving and Delivery of Goods at DFRC and DAOF. All actions shall comply with the NPR 6200.1 and meet state, Federal and hazardous material shipment requirements including 49 CFR 173 and International Air Transportation Association (IATA) and meet Export Control and ITAR requirements. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> Mail Delivery Services: The Contractor shall be responsible for managing receipt and delivery of all incoming and DFRC internal mail, including all packages. Requirements include distribution of periodic documents and posting to Bulletin Boards. Contractor shall perform these specific requirements during the working hours of 7:30 a.m. 4:00 p.m. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> Pickup and Delivery Services: The Contractor shall perform pickup and delivery services within a 200-mile radius of DFRC. Any requirement exceeding this radius will be handled as IDIQ. Contractor is responsible for markings, receipt procedures, security of equipment and handling of hazardous materials in accordance with the NASA Safety Manual. The work shall be started and completed per negotiated schedule. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> Move Services: The Contractor shall provide move services to include furniture/equipment moves, configuration of conference rooms/auditorium and furniture warehousing services. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> Records Management Services: The Contractor shall perform the following records management services: Staging, storage, retrieval, disposition and shipping preparation of Official Government Records IAW NPR 1441.1. The Contractor shall pickup and /or delivers records as requested by the Government Records Management Officer. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> Purchase Request Processing Services: The Contractor shall perform Acquisition related Clerical Support to include reviewing purchase requests for availability of items through Stores Stock, or excess listings; order items from other Government agencies, i.e., Government Depots, Federal Supply Schedule, Prison Made Products, Veterans Administration and Blind Made Products; research open market requirements to identify potential sources and prepare necessary documentation. Identify a minimum of three (3) sources indicating whether each source is a large or small business concern for each purchase request and a source list to the NASA-DFRC Acquisition Office; and determine Object Class for each item on purchase requests for posting to the General Ledger. The Contractor shall provide a monthly summary activity report to the Contracting Officers Representative. <p> SUBMISSION INSTRUCTIONS <p> Offerors who can perform the logistics effort described above should submit a capability statement that describes their abilities in detail. It is not sufficient to provide only general brochures or generic information. The statement (including any attachments) must not exceed 10 pages in length and the font size shall not exceed 12 points. Please submit the capability statement electronically, via e-mail, to the primary Point of Contact (POC) listed below, no later than September 9, 2013. Please reference NASA DFRC Logistics Management Services in any response, including your submittal. <p> The capability statement should include the following information: Your companys point of contact, including name, e-mail address, mailing address and telephone number; Number of years in business; Average annual revenue for the past 3 years and total number of employees; Companys government size standard/type classification (large, or any category of small business) and applicable NAICS code(s); DUNS number and cage code; Supporting evidence in sufficient detail to demonstrate your companys ability to comply with the above requirements; Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). <p> Please advise if the requirement is considered to be commercial or commercial-type services. These terms are defined in FAR 2.101. Any questions you may have are to be submitted via e-mail to the primary POC listed below, NOT through the telephone number indicated. <p> DISCLAIMER <p> This synopsis is for information and planning purposes only. It is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. <p> NASA is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice; all costs associated with responding to this Sources Sought Notice will be solely at the interested partys expense. All submissions become government property and will not be returned. <p> When providing a response to this synopsis, please keep in mind that the government has not made a final decision on requirements, small business opportunities, or type of contract for this effort. The information provided in this Sources Sought Notice is subject to change and is not binding on the government. This Sources Sought Notice does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This Sources Sought Notice does not commit the government to contract for any supply or service whatsoever. <p> NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition may be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. <p> The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/DFRC Business Opportunities home page is http://prod.nais.nasa.gov. It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND13488521R/listing.html)
- Record
- SN03159173-W 20130824/130823000211-fb07f37ebb950ec90b2d6374e0e7d39c (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 |