Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2014 FBO #4558
DOCUMENT

R -- Third Party Logistics (3PL) Support for Hazardous Material - Attachment

Notice Date
5/16/2014
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
Solicitation Number
N0024414R0027
 
Response Due
6/13/2014
 
Archive Date
6/28/2014
 
Point of Contact
Juana Perez (619) 556-6763
 
E-Mail Address
Third Party Logistics (3PL) Support for Hazardous Material
(juana.perez@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Supply Fleet Logistics Center San Diego (NAVSUP FLCSD) is seeking to identify potential sources for the procurement of Hazardous (HAZMAT) material. The Navy is considering using a commercial Third Party Logistics (3PL) provider for various Navy Regional Hazardous Minimizations Center (HMCs) located throughout the Southwest Region. This requirement is for HAZMAT material and inventory support. Specific responsibilities associated with this requirement include a full supply chain management for established levels of HAZMAT inventory by location. The contractor shall use historical sales data provided, (see attachment 1), to assist in establishing demand inventory levels. Specific locations to be serviced include the following: Naval Station San Diego (NAVSTA SD), Naval Air Facility (NAF) El Centro, Naval Air Station North Island (NAS North Island), Construction Battalion Center (CBC) Port Hueneme and the Naval Air Weapons Station China Lake. At this time, the Naval Supply Global Logistics Service (GLS) does not have any funds to contractually fund the labor costs associated with services for this effort. As result, all costs associated to labor/service are to be apportioned to the sales of HAZMAT material to organizations/customers under the resultant contract. However, based on the feedback received from industry regarding the proposed method for covering (cost of labor/service) it s subject to reconsideration. For additional information and details of the requirement, (see attachment 2), Performance Work Statement (PWS) draft. The contractor shall be responsible for providing HAZMAT material, personnel, supervision and other items as necessary. The primary North American Industry Classification System (NAICS) code for this procurement is No.561210 for Base Facilities Support Services with a size standard of $35.5 Million. The anticipated performance period will span 3 years from the date of award, if and to the extent that all options are exercised. The incumbent contractor for these services is Serco, Inc. SeaPort-e awarded task order No. N00178-04-D-4114-NW01. It is requested that all interested contractors respond with a Capability Statement as follows: A maximum of twenty-five (25) pages on 8.5 x 11 in paper, font no smaller than 10 point, demonstration of its ability to perform the services listed in the PWS. The result of this Sources Sought will be utilized to determine if small business opportunities exist and also to gauge competitiveness for the upcoming solicitation. All small business set-aside categories will be considered. All interested contractors shall submit responses via electronic email only to the attention of Ms. Juana Perez, Contracting Negotiator, at juana.perez@navy.mil. Questions or comments prior to the closing date may be addressed directly to Ms. Perez. Responses shall be submitted electronically via email no later than 1530 Pacific Time on June 13 2014. Late responses will not be considered. The Capability Statement must address, at a minimum, the following. Incomplete responses will not be considered. 1. Statement providing Company Name, Company Address, Prime Seaport-E contract number (if applicable), Points of Contact (POC) include name, phone number, fax number, and e-mail address) and confirmation of current small business status (if applicable) and/or large business concern. 2) Prior/current corporate (past performance) experience performing efforts of similar size and/or scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and brief description of how the referenced contract relates to the services described herein. 3) The contractor s ability to manage, as a prime contractor, the magnitude of all PWS tasking. 4) For Small Business concerns, the contractor s technical capability, or potential approach, to achieving technical ability to perform at least 51% of the effort. 5) The contractor s technical approach and capacity, or the potential approach towards achieving capacity to conduct the PWS requirements. 6) Provide feedback regarding the costs of doing business covered through sales of HAZMAT material. Presently, GLS does not have funds to cover the cost of funding labor/service for this contract. As result, the plan is to incorporate the labor/service costs directly to HAZMAT customers through a negotiated mark-up fee on HAZMAT material sales. The mark-up fee would be added to product pricing along with any other applicable fees on HAZMAT material sold. The Government is interested in obtaining information from industry to determine if this cost arrangement would is feasible. 7) Also, provide feedback regarding the number of days required for a contractor to be at full performance of the contract. Considering the substantial amounts of HAZMAT material required a Transition Plan phase-in explaining its ability to begin performance on October 1, 2014 (if it were the awardee) is required. The information obtained will be used to establish the appropriate number of days necessary for a smooth transition. Attachment(s): (1) 2013 Historical Sales Data (2) Draft Performance Work Statement (PWS) Disclaimer: This Sources Sought is for informational purposes only. This is not a request for proposal. It does constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414R0027/listing.html)
 
Document(s)
Attachment
 
File Name: N0024414R0027_2013_3PL_ISSUES_BY_FSC_Sources_Sought.xlsx (https://www.neco.navy.mil/synopsis_file/N0024414R0027_2013_3PL_ISSUES_BY_FSC_Sources_Sought.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N0024414R0027_2013_3PL_ISSUES_BY_FSC_Sources_Sought.xlsx

 
File Name: N0024414R0027_3PL_PWS_Sources_Sought__Notice.pdf (https://www.neco.navy.mil/synopsis_file/N0024414R0027_3PL_PWS_Sources_Sought__Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0024414R0027_3PL_PWS_Sources_Sought__Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03368946-W 20140518/140516234657-874fe32dc7dcd01bbe04bade1c7a8199 (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.