Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2004 FBO #0842
SOLICITATION NOTICE

S -- Consulting Services for ISO 14001 and ISO 90001

Notice Date
3/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-04-T-0145
 
Response Due
3/25/2004
 
Archive Date
5/31/2004
 
Point of Contact
Mattie Washington, Contract Specialist, Phone 904-542-1082, Fax 904-542-1095,
 
E-Mail Address
mattie_j_washington@jax.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Navy, Fleet and Industrial Supply Center-Jacksonville, FL (FISC JAX), intends to solicit proposals for services in support Quality Management System ISO 90001:2000 and Environmental Management System ISO 140001. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number N68836-04-T-0145. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-20. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 541614. The size standard is $6 million. This requirement is set aside 100% for small business. The contractor shall provide CLINS 0001-0001 as follows: Contractor to provide guidance and evaluation of Fleet and Industrial Supply Center Jacksonville, (FISC) Material Management Operations in support of Naval Air Depot (NADEP) Cherry Point, NC and NADEP Jacksonville, FL and FISC Hazardous Department. Contractor will develop an improvement-based implementation of ISO 9001:2000 Quality Management System and ISO 14001 environmental Management System standard. This contract covers evaluation and recommendations to improve the entire supply chain management at FISC Operations in support of NADEP Cherry Point and NADEP Jacksonville and FISC Hazardous Department. The stated objectives and expected outcomes are as follows: (a) A trained leadership and supervisory force in contemporary management techniques. (b) A complete diagnostic consisting of a through review of the current FISC Operations at NADEP Cherry Point and NADEP Jacksonville. (c) Plans for a FISC installation of an improvement-based ISO system. (d) A FISC Material Management Operation that is ISO 90001:2000 certified and FISC Environmental Management System that is ISO 14001. CLIN 0001 This requirement shall cover evaluation and recommendation to improve the entire supply chain management at FISC Operations in support of NADEP Cherry Point and Jacksonville. Contractor shall provide consultant support and guidance to the point of certification audit of ISO 9001:2000 Quality Management Systems. Prior to the certification audit, the contractor shall provide the government audit repot showing readiness. CLIN 0002 Contractor shall provide consultant support and guidance to develop the ISO 14001 Environmental Management System. Contractor shall develop an improvement-based implementation of ISO 14001. Contractor to accomplish for ISO 14001 the following: draft environmental policy, draft scope, environmental manual, initial process map and the refinement process and train approximately 5 people at FISC. Contractor shall make trips as necessary to NADEP Cherry Point, NADEP Jacksonville, and FISC JAX to review current policies and procedures with respect to ISO9001 and ISO 14001 contemporary management techniques. These trips will provide the information, which will be used to develop plans for the ISO ISO9001 and ISO 14001 certifications. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at the website: http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) Quotes will be evaluated as to technical acceptability, price, and past performance. Or Equals. A best value award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors are, in descending order of importance: (1) Technically acceptable (2) Price and (3) Past performance. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.211-7003, Item Identification and Valuation and 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, and 52.232-33; FAR 52.204-0007, Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, and 252.225-7036 applicable. QUOTES ARE DUE: Quotes shall be received at FISC Attn: Mattie Washington 110 Yorktown Ave Jacksonville, FL 32212-0097, not later than 2:00 p.m., 25 March 2004. Electronic submissions, to include fax and email, will be accepted at (904) 542-1095 or Mattie_J_Washington@Jax.FISC.Navy.Mil. It is the offeror’s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include CLINS 0001 through 0002 to include period of performance. Offerors who do not submit clear specifications will be eliminated from competition. (2) Completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Ms. Mattie Washington, Contract Specialist, at Mattie_J_Washington@Jax.FISC.Navy.Mil. No telephone requests will be honored.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N688361/N68836-04-T-0145/listing.html)
 
Place of Performance
Address: Cherry Point, NC Jacksonville, FL
 
Record
SN00545627-F 20040317/040315225122 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.