SOLICITATION NOTICE
65 -- Notice of Intent - Ship IDIQ Bridge Contract - Medial and Dental Allowance Lists - Notice of Intent Brdige SHIP IDIQ
- Notice Date
- 5/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264516RC2016
- Archive Date
- 6/24/2016
- Point of Contact
- Rebecca Wisner, Phone: 301-619-8413
- E-Mail Address
-
Rebecca.C.Wisner.CIV@MAIL.MIL
(Rebecca.C.Wisner.CIV@MAIL.MIL)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent - Bridge Ship IDIQ Contract for Medical and Dental Allowance List (AMAL and ADAL). The Naval Medical Logistics Command (NMLC) intends to award one (1) year sole source indefinite-delivery, indefinite-quantity (IDIQ) firm-fixed price contracts under the authority of FAR Part 13.501(a) with American Purchasing Services, LLC doing business as American Medical Depot (AMD), 10315 USA Today Way, Miramar, FL 33025-3902 and T.Q.M, LLC doing business as Two Rivers Medical (TQM), 3088 Elm Pt Industrial Drive, Saint Charles, MO 63301-4337. The requirement is for Authorized Medical and Dental Allowance Lists (AMAL and ADAL) assemblages. NMLC serves as the U.S. Navy's data manager for the AMALs and ADALs for naval operational force units. These AMALs and ADALs, or assemblages, are configured by ship class and are the required medical and dental consumables and durable materiel the ship is required to have on hand to perform its health care services support mission during routine and emergency conditions. In accordance with Naval Sea Systems Command (NAVSEA) Navy Outfitting Program Policies and Procedures Manual (9T9066-AA-MAN-020) of 11 January 2016, NMLC executes the procuring of materiel contained within these assemblages in support of new ships under construction or ships undergoing a significant conversion or overhaul. The range and scope of materiel must meet 95% upon crew move aboard and 97% when the ship sails away from the construction site with 100% of designated "emergency" materiel on board. The medical and dental materiel included within these assemblages consists of general consumables, medical-surgical consumables, non-narcotic pharmaceuticals and durable materiel. Without the proper oversite and kitting of these assemblages, the medical treatment facilities onboard the ships cannot execute their patient care mission. During the time period of the current contracts, NAVSEA's policy for outfitting ships was to provide funding to the Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) for funding of requisitions submitted by NMLC and other outfitting support activities. The current contracts were awarded in anticipation of the policy being modified soon after award to permit utilization of the contracts but remained unchanged until 2015. During a Continuous Process Improvement (CPI) event hosted by Fleet Logistics Center Jacksonville (FLC) in Pascagoula, MS during August 2014, the use of the subject contracts and the flow of outfitting funding to NMLC was agreed to in principle by all attendees. In May 2015 at the NAVSUP WSS Outfitting Support Activity meeting, all shipbuilding Program Executive Officer (PEO) and NAVSEA's Director of Navy Outfitting agreed to the funding policy change. Also in May 2015, the Director NMLC Operational Forces Support commenced actions to define the requirements for the follow on contract. In August 2015 NMLC was approached by PEO Ships PMS-317 (LPD Program Office) to commence using the new process with USS JOHN P. MURTHA (LPD 26) that was expected to deliver in May 2016. As the outfitting of LPD-26 progressed it was realized by NMLC's Director of Operational Forces Support and the FLC JAX on-site logistics team at Supervisor of Shipbuilding (SUPSHIP) Gulf Coast that the contract could be expanded to allow for a greater range of materiel and flexibility for ordering and delivery options. Because of these lessons learned, a deliberate and conscious decision was made to delay moving further on what was deemed an antiquated statement of requirements for the new competitive solicitation, and capitalize on the lessons learned being gained on the LPD-26 project that is expected to conclude in May 2016. The new, competitive solicitation was supposed to be posted to Federal Business Opportunities in fiscal year 2016, and is expected to be posted in late fiscal year 2016/early fiscal year 2017. There are currently no contracts in place that could envelope the requirement in support of Ship Outfitting assemblage production during the performance period 29 July 2016 - 28 July 2017. Therefore, the above referenced contractors are in the best position to fulfill current and new requirements that may precipitate during the bridge period. AMD and TQM already have the established resources, facilities and manpower in place to continue providing AMAL and ADAL assemblages during the proposed one year period of performance. No other contractors would be able to procure components and deliver the assemblages kits, and have expertise in place in order to avoid a lapse in service. Due to the expiration of the current Ship Outfitting IDIQ's on 28 July 2016, bridge contracts are proposed. This action is required to establish stop-gap measures to provide the required AMAL and ADAL assemblages to meet the existing missions in support of new ships under construction or ships undergoing a significant conversion or overhaul. The Acquisition Planning for the competitive Ship Outfitting IDIQ is currently being worked and is in the beginning stages of the acquisition process. AMD and TQM are the only known sources that are able to meet this short-timeframe requirement. There are no known performance issues with any of the referenced contractors that would prevent them from obtaining a bridge contract. However, if performance issues arise during the bridge period, the contracting officer reserves the right to sole source this requirement among remaining contractors. For the reasons noted above, NMLC intends to award one (1) year IDIQ contracts to AMD and TQM to ensure that Naval Operation Forces is able to execute their mission without any lapse in supply while the competitive process for the follow-on acquisition is completed. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 2:00 PM Local Time, 09 June 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Rebecca.C.Wisner.civ@mail.mil. Phone calls will not be accepted. No phone calls accepted. A Class Justification and Approval for Other Than Full and Open Competition will be posted within 14 days of award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264516RC2016/listing.html)
- Place of Performance
- Address: Various Locations, United States
- Record
- SN04128513-W 20160527/160525234505-b72e291684ca7dca18f78dd2552c666f (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 |