Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2015 FBO #4913
MODIFICATION

R -- Distribution Labor Support Services

Notice Date
5/6/2015
 
Notice Type
Modification/Amendment
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-15-SS-5011
 
Archive Date
5/23/2015
 
Point of Contact
BRIAN R ROSE, Phone: 717 770-4673, Meg M Ross, Phone: 717 770-6611
 
E-Mail Address
brian.rose@dla.mil, margaret.ross@dla.mil
(brian.rose@dla.mil, margaret.ross@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THE RESPONSE DATE HAS BEEN EXTENDED TO MAY 8, 2015 SP3300-15-SS-5011 This is a Sources Sought Notice (SSN) issued by DLA Distribution, New Cumberland, PA. This Notice is issued solely for information and planning purposes and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). Failure to respond to this notice does not preclude participation in any future solicitation that may be issued. If a solicitation is released, it will be synopsized on the Federal portal for business opportunities. It is the responsibility of potential offerors to monitor the FBO portal for any additional information pertaining to this requirement. The DLA Distribution J7 Acquisition Directorate is conducting market research to gain knowledge of the interest, capabilities, and qualifications of various members of the Small Business Community sufficient to compete and perform a contract to provide temporary warehouse and distribution support services to support surge, non-recurring and special project warehouse and distribution operations primarily at DLA locations, but potentially anywhere in the world. The set-aside status of any future solicitation that may be issued may depend upon the number of responses received and their relevant capabilities as they pertain to the description of work. Responses from 8(a) concerns will receive priority consideration. In the event that insufficient or inadequate responses are received from 8(a) concerns, a review will then be conducted of those responses received from small business concerns that are not 8(a) qualified. Any set-aside decision will be made by the Contracting Officer at a later date. The NAICS code and related size standard for this Notice and any future solicitation is 493110 / $27.5M. Interested 8(a) and other small business sources that qualify as small under the above listed NAICS code will address their capability for providing labor and materials for a wide range of service requirements to support surge, non-recurring and special project warehouse and distribution operations IAW the work effort described below that includes but is not limited to: a)Perform warehouse and distribution requirements/operations in government and/or contractor owned warehouses, providing all management, supervision, personnel, facilities, operating materials, tools, equipment, supplies, transportation, material handling equipment (MHE) and any other items and services not provided by the Government.. b)Perform warehouse and distribution operations to include but not limited to receiving, warehousing, physical inventory control, transportation, packaging, container fabrication, ocean terminal operations, consolidation and containerization point functions, material processing center functions and kitting. c)Perform warehouse and distribution operations requirements using the DLA Distribution Standard Operating Procedures (SOPs), Distribution Standard System (DSS) and other Warehouse Management Systems (WMS) that may be required. d)Perform warehouse and distribution operations requirements at multiple locations simultaneously while maintaining a ready and trained workforce with the appropriate clearances and certifications. Recruit/hire/train all personnel within a 30 day or less phase-in period per CONUS task order and 60 day or less phase-in period per OCONUS task order. e)Provide personnel to work alongside a government workforce already providing mission support operations at a DLA Distribution Depot. f)Have ability to take over warehouse and distribution operations of a DLA Distribution Depot if an operating contractor is found unable to continue in the performance of the contract support requirements. g)Provide support for Continental United States (CONUS) and Hawaii and locations Outside the Continental United States (OCONUS), DOD contingency operation to include but not limited to humanitarian and warfighter support operations. Provide support for exercise operations of the US Government and its Allies. Support may include but is not limited to providing warehouses, transportation, labor, MHE/equipment and supplies. Environmental conditions may include extremes of temperature, physiologic demand (water, mineral, salt, and heat management), and poor air quality (especially particulates), while the operating conditions may impose extremes of diet (to include fat, salt, and caloric levels), discomfort, sleep deprivation, emotional stress, and circadian disruption. Interested 8(a) and other small business sources that qualify as small under the above listed NAICS code are asked to provide: a)A capability statement (limited to 10 pages in length, singled-spaced, 11 point font minimum) demonstrating the ability to perform the efforts above. This statement should specifically describe your firm's ability to provide adequate staffing to perform multiple task orders simultaneously at different locations, including your firm's ability to meet recruit/hire/train timelines of 30 days or less. b)Relevant Experience (limited to 5 pages) within the last five (5) years, including contract number, indication of whether a prime or subcontractor, contract type (indefinite delivery contract or definitive contract and pricing arrangement for material (Cost Reimbursement, Firm-Fixed-Price, etc.)), contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work described above. c)Confirm in the response that the interested business has an Accounting System determined by the Government to be acceptable to support any non-fixed-price line items on the resultant contract. An acceptable accounting systems is defined in DFARS 52.242-7006. d)Confirm in the response that the interested business has a Defense Security Service (DSS) approved facility clearance. e)Provide the business size and all socioeconomic designations. Specifically provide if or if not the business is an 8(a) small business concern. f)Provide a primary point of contact (POC) with mail address, email address, and telephone number. All 8(a) and other small business sources that qualify as small under the above listed NAICS code that are capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Brian Rose, Acquisition Specialist, via email at brian.rose@dla.mil by May 8, 2015 2:00, p.m. EST. Please utilize PDF or MS Word format and reference Distribution Labor Support Services Sources Sought in the subject of your e-mail. Do not include or attach brochures in addition to your response. The Government will not reimburse any concern for any information that is submitted in response to this Sources Sought request. Any information submitted is voluntary. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-15-SS-5011/listing.html)
 
Record
SN03722379-W 20150508/150506235802-224c30ac44db9a3f4448982e995c1546 (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.