Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2016 FBO #5299
SOURCES SOUGHT

99 -- Logistics Contract

Notice Date
5/25/2016
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BJ, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ16589301L
 
Archive Date
6/25/2016
 
Point of Contact
Dominic J. Golemi, Phone: 2817927840
 
E-Mail Address
dominic.j.golemi@nasa.gov
(dominic.j.golemi@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration's (NASA) Lyndon B. Johnson Space Center (JSC) is hereby soliciting information about potential sources for the follow-on to the Logistics Operations Contract (LOC). NASA JSC 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 purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Logistics Contract. 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. NASA JSC intends for this procurement to be a small business set-aside. NASA JSC is planning to re-compete the contract requirements for the LOC. Industry is encouraged to provide comments on contract type and any other technical, business or contractual issues that should be considered by the Government, to include input regarding acquisition strategy. Products and services provided by this contract are required for logistics operations and support. Major activities include: -Project Management -Supply Management -Furniture Operations -Moving and Hauling Services -Bicycle Program and Maintenance -Equipment Management -Redistribution and Utilization -Packing and Shipping Services -Receiving and Inspection Services -Vehicle and Fleet Management -Export Control Support Services -Indefinite Delivery/Indefinite Quantity Special Support Services All contractual and technical questions must be submitted electronically via the Logistics Contract website "Anonymous Questions to the Contracting Officer" link at: http://procurement.jsc.nasa.gov/log/. Telephone, facsimile, or questions via mail will not be accepted. NASA Clause 1852.215-84, Ombudsman, is applicable. The center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Any future solicitation and documents related to this procurement will be available via website. It is the offeror's responsibility to monitor the website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading from the website the solicitation and amendments, if any. Any referenced notes may be viewed at the following: http://procurement.jsc.nasa.gov/log/. The North American Industry Classification System (NAICS) code for this procurement is 493110, General Warehousing and Storage, with a size standard of $27.5 Million. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on FedBizOps. It is the potential offeror's responsibility to monitor the site for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of five pages or less, indicating the ability to perform all aspects of the effort described herein. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements and develop a request for a proposal. Data submitted as part of Industry response marked "Proprietary" will not be reviewed and should not be submitted. PROSPECTIVE OFFERORS SHALL SUBMIT THEIR CAPABILITY STATEMENTS TO THE CONTRACTING OFFICER (CO), DOMINIC J. GOLEMI, AT DOMINIC.J.GOLEMI@NASA.GOV BY 5:00 PM, CENTRAL DAYLIGHT TIME, JUNE 10, 2016. PLEASE REFERENCE NNJ16589301L IN ANY CORRESPONDENCE. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 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). An Interested Parties list will be compiled and posted to allow potential offerors the opportunity to network. Companies that are interested in being included on the list should send the following information to the CO: Company Name: Address: Small Business Classification (if applicable): Contact Name: Phone: E-mail: The requirements of the Logistics Contract are not considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and 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 of the information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e99ce4f580d443e344355f23199f1542)
 
Place of Performance
Address: National Aeronautics and Space Administration, Lyndon B. Johnson Space Center, 2101 E. NASA Parkway, Houston, Texas, 77058, United States
Zip Code: 77058
 
Record
SN04128255-W 20160527/160525234256-e99ce4f580d443e344355f23199f1542 (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.