SOURCES SOUGHT
99 -- Logistics Services, Supplies & Equipment
- Notice Date
- 6/26/2014
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD, LEXINGTON, Kentucky, 40516-9723
- ZIP Code
- 40516-9723
- Solicitation Number
- H9225414R0001
- Archive Date
- 8/10/2014
- Point of Contact
- Penny R. Davis, Phone: 8595665070, David T Riley, Phone: 8595665038
- E-Mail Address
-
penny.davis@sofsa.mil, david.riley@sofsa.mil
(penny.davis@sofsa.mil, david.riley@sofsa.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The United States Special Operations Command (USSOCOM) Special Operations Forces Support Activity (SOFSA), on behalf of the war-fighter, is seeking Service-Disabled Veteran-Owned Small Business (SDVOSB) sources. The specific objective of this request is to identify potential sources with mature logistical and supply capabilities and that have intimate & in-depth knowledge of the International Traffic in Arms Regulations (ITAR) in order to ship items to any country on a regular basis. Contractors must be able to meet rapid response shipping and delivery times to all military bases and countries across the globe. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or changes by the Government will arise as a result of contractor submissions of responses to this announcement of the Government use of such information. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intent to award a contract on the basis of this RFI or to other wise pay for the information submitted in the response to this RFI. Responses to the RFI need to address the following topics and key attributes: 1. Product Overview & Availability: A. The ability to provide various types of SOF equipment and supplies may be provided under the proposed contracts including but not limited to the following Federal Stock Groups (FSG) sample: 1. 12 - Fire Control Equipment 2. 15 - Aerospace Craft and Structural Components 3. 16 - Aircraft Components and Accessories 4. 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles 5. 25 - Vehicular Equipment Components 6. 28 - Engines, Turbines, and Components 7. 29 - Engine Accessories 8. 39 - Materials Handling Equipment 9. 40 - Rope, Cable, Chain and Fittings 10. 41 - Refrigeration, Air Conditioning, and Air Circulating Equipment 11. 42 - Firefighting, Rescue, and Safety Equipment; and Environmental Protection Equipment and Materials 12. 46 - Water Purification and Sewage Treatment Equipment 13. 47 - Pipe, Tubing, Hose, and Fittings 14. 48 - Valves 15. 51 - Hand Tools 16. 52 - Measuring Tools 17. 53 - Hardware and Abrasives 18. 58 - Communication, Detection, and Coherent Radiation Equipment 19. 59 - Electrical and Electronic Equipment Components 20. 61 - Electric Wire, and Power and Distribution Equipment 21. 62 - Lighting Fixtures and Lamps 22. 63 - Alarm, Signal and Security Detection Systems 23. 66 - Instruments and Laboratory Equipment 24. 67 - Photographic Equipment 25. 69 - Training Aids and Devices 26. 70 - Automatic Data Processing Equipment (Including Firmware), Software, Supplies and Support Equipment 27. 75 - Office Supplies and Devices 28. 76 - Books, Maps, and Other Publications 29. 81 - Containers, Packaging, and Packing Supplies 30. 84 - Clothing, Individual Equipment, Insignia, and Jewelry 31. 99 - Miscellaneous 2. Logistics Maturity & Capabilities: Ability to process shipments packaged & palletized appropriately in accordance with (IAW) all regulatory processes. Ability to ship on little or no advance notice to any base or country in the world without customs and/or ITAR issues. Must be able to perform custom kitting. A. Must have performed the following types of procurements and logistics movements for SOCOM in FY 13 and FY 14: 1. OCONUS to OCONUS procurement and movements of Commodities 2. OCONUS to CONUS procurement and movements of Commodities 3. CONUS to CONUS procurement and movements of Commodities 4. CONUS to OCONUS procurement and movements of Commodities 5. Procurement and movements of HAZMAT 6. Procurement and movements of Explosives 7. Procurement and movements of Firearm's 8. Procurement and movements of Armor to include Body Armor 9. Procurement and movements of Restricted Items B. Performed in FY 13 and FY 14 on unclassified and classified SOCOM contracts. C. Successful demonstration of international remote movement for SOCOM in FY 13 and FY14. D. Must have at a minimum a Standard Carrier Alpha Code (SCAC) for Truckload Brokerage, Air Carrier, and Carrier (Provide Motor Carrier number for Truckload Broker). E. Must be a Freight Forwarder domestic and international freight forward with five years of operations. F. Must be an Indirect Air Carrier (IAC) and provide certification of such. 3. Advanced Encryption Standard (AES) & ITAR Compliance: Documented ability of compliance in shipping ITAR restricted items. A. Must have completed movement that required ITAR for SOCOM in FY 13 and FY 14. B. Must perform AES and ITAR processing and procedures in house. C. Double Brokerage will not be allowed. D. Willing to send personal abroad to monitor logistics shipments. E. Must have an office and warehouse on the African Continent (Uganda or Kenya) F. Must be familiar with the processing of Prior Permission Required (PPR) and successful completion of PPR for contract compliance. Please demonstrate. 4. Insurance The below insurance requirements are the minimums required: A. Must have a min 1,000,000.00 General Liability Policy B. Must have a min 100,000.00 Cargo Insurance C. Must have error and omissions insurance D. Must have a Terrorism Rider insurance. E. Must have M certificates to manufacture and or export and K certificates to be a broker. F. Must possession HazMat Certification for personnel and facility. 5. Security Clearance at the level of Secret will be required to perform portions work on this contract. Due Date for Response: 26 July 2014 Any contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign national by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. If the interested party is a foreign concern or is a U.S. interested party has a team member or partner who is a foreign entity, adherence to all ITAR is required. The U.S. Government will provide foreign disclosure guidance to firms upon request. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. RFI request must be in electronic format only and no more than 15 pages. Please limit graphics to technical data as much as possible. Any submitted RFI response copies will be disposed of in common recycle bins. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Topics above do not constitute evaluation criteria. Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation. In accordance with the Federal Acquisition Regulation (FAR)5.404-1), RFI responses to this notice are not offers and cannot be accepted by the Government to form binding contracts. Respondents are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this request for information. Therefore, all costs associated with the RFI submissions will be solely at the expense of the submitter. The Government may request additional information upon review. Any results of any Government analysis will not be provided. CONFIDENTIALITY: All information included in this RFI is only for the knowledge of USSOCOM and shall not be disclosed to any other party outside of the U.S. government. Please be advised that all submissions become government property and will not be returned. All government and contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41U.S.C. 2101 - 2107. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. NOTICE TO VENDORS: Vendors may submit classified responses up to the US Government SECRET level. Vendors submitting foreign government classified information cannot exceed the US SECRET level. Classified information must be sent on a single CD/R. HQ USSOCOM cannot load any other type of portable media onto our information systems; therefore any other media will be destroyed upon receipt. Foreign security classifications will be handled and stored IAW SOCOM 380-1 Appendix D. Please advise this office if destruction records need to be maintained. Classified information must be marked and transmitted IAW DOD 5200.1. Appropriate guidance can be found at: http://www.fas.org/irp/doddir/dod/5200-1r/ The mailing address for classified information is: Special Operations Forces Support Activity (PEO SOFSA) 5751 Briar Hill Road Lexington, KY 40516-9723 Attn: Ms. Penny R. Davis Contracting Officer Special Operations Forces Support Activity (PEO SOFSA) P: (859) 566-5070 F: (859) 293-4166 Penny.Davis@sofsa.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H9225414R0001/listing.html)
- Place of Performance
- Address: Place of Performance:, USA, Special Operations Forces Support Activity (PEO SOFSA), 5751 Briar Hill Road, Lexington, Kentucky, 40516, United States
- Zip Code: 40516
- Record
- SN03408254-W 20140628/140626235729-c8222d00babe6f87ecd3fedb07e31b4c (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 |