Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
MODIFICATION

99 -- MARKET SURVEY FOR WAREHOUSING, DISTRIBUTION, AND SUPPORT SERVICES

Notice Date
4/27/2006
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-06-R-00019
 
Response Due
5/1/2006
 
Archive Date
5/26/2006
 
Description
SYNOPSIS FEDERAL AVIATION ADMINISTRATION MARKET SURVEY FOR WAREHOUSING, DISTRIBUTION, & SUPPORT SERVICES General Information: The Federal Aviation Administration (FAA) is conducting a Market Survey to identify potential sources vendors that can perform warehousing and distribution functions of date/time sensitive cyclical navigational charts, publications, and related materials. Overview - This requirement is for receiving, storing, picking/packing and shipping of date/time sensitive cyclical navigational charts, publications, and related materials from a government owned warehouse in the Washington, D.C. Metropolitan Area(See attached definition). Conducting of perpetual inventories, removing obsolete items from inventory, printing picking/packing slips and shipping documents, invoices, labeling, metering and shipping orders. This includes the printing/inserting and mailing of agent statements, subscription renewals, credit memos, and miscellaneous items. Duplicating Compact Discs and Digital Video Discs of selected products for shipment. Preparing skids/pallets for shipment. Receive printing paper, printed charts, and other products, as instructed and notifying necessary personnel. Preparing reports and maintaining records of receiving, inventory, mailing, shipping, and other warehouse activities. Entering tracking confirmation information of shipment and package data into a Warehouse Management System (WMS). In addition, the contractor is required to design, layout, purchase, deliver, and install a Warehousing Racking and Shelving System for a 70,000 square foot warehousing/order fulfillment facility. The system shall be a modern material handling system including automated conveyors and flow rack systems. The contractor will be required to meet rigid schedules for contract activities and to perform all contract requirements without delay, interruption, or regards to workload. Timely and accurate distribution of cyclical aeronautical and nautical charts and publications and related material is critical for the safe and efficient transport of people and commerce. Failure to fill orders correctly and/or to meet shipping deadlines as established by the FAA, may jeopardize navigational safety, and may result in liability claims. Past Performance and Experience - The FAA is looking for a contractor with a proven track record of excellence in the performance of contracts of a similar size and complexity. The contractor is required to show three (3) years experience within the past five (5) years of warehousing and distribution of products with Federal, State, or Local Government or commercial sources within the Washington, D.C. Metropolitan area. Past and present contract performance information must demonstrate the contractor is capable to perform the proposed effort with a distribution error rate of 1 percent or less. The contractor must demonstrate technical experience working with WMS and the efficient distribution to domestic/international customers. The contractor must be able to manage the warehousing and distribution of approximately 11,000 product titles and warehousing of approximately 2,000,000 items. Every 28 days there is a requirement to fulfill approximately 4,000 orders within 3 days, for a group of FAA aeronautical products by FAA specified shipping deadlines consisting of approximately 163,000 products each cycle. In addition, the contractor must be able to process approximately 300 daily orders. This announcement is not a Screening Information Request or a Request for Proposal of any kind. All interested parties are advised that the FAA will not pay for any information or for any administrative costs incurred that are associated with any response received from industry in response to this Market Survey. Therefore, any costs associated with Market Survey submissions will be solely at the interested party's expense. The purpose of this market survey is to solicit statements of interest and capabilities from SBA certified 8(a) firms and small business concerns. The FAA is seeking interested sources that are capable of providing warehousing, distribution and support services. At this time the nature of the competition has not been determined. In accordance with paragraph 5.3.4 of the AMS this market survey is being conducted in order to obtain the information necessary to aid the FAA in its determination as to whether adequate competition exists to set-aside the competition among eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program or whether it is more appropriate to conduct this procurement using other small business competitive procurement procedures. The principle North American Industry Classification System (NAICS) code for this effort is 493110, General Warehousing and Storage, with a size standard of $23.5 Million. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter (if applicable). The failure to obtain adequate 8(a) or other small business participation in this market survey may result in a determination to conduct this procurement under other competitive procedures. Response to this Market Survey: Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA. All responses (one response per company) are to be provided on company letterhead. No type font less than 12-point may be used. Responses must be received no later than 3:30 P.M, Central Time on May 01, 2006. Market survey responses received after the time and date specified will be determined to be late and will not be considered. Contractor please provide a response to the following: 1. The contractor will perform warehousing, and distribution functions of date/time sensitive cyclical navigational charts, publications, and related materials. This requirement is for receiving, storing, picking/packing, and shipping of date/time sensitive cyclical navigational charts, publications, and related materials from a government-owned warehouse in Washington, D. C. Metropolitan Area. Conducting of perpetual inventories, removing obsolete items from inventory, printing picking/packing slips and shipping documents, invoices, labeling, metering and shipping orders. This includes printing/inserting and mailing of agent statements, subscription renewals, credit memos, and miscellaneous items. Duplicating Compact Discs and Digital Video Discs of selected products for shipment. Preparing skids/pallets for shipment. Receive printing paper, printed charts, and other products, as instructions and notify necessary personnel. Preparing reports and maintaining records of receiving, inventory, mailing, shipping, and other warehouse activities. Entering tracking confirmation of shipment and package data into a WMS. The contractor must also provide examples of past projects and in particular in the set up and operation of a warehouse and distribution center. 2. The contractor must provide references of their past performance and experience on warehousing and distribution contracts of a similar size and complexity. The contractor is required to show three (3) years experience within the past five (5) years with Federal, State, or Local Government or commercial sources within the Washington, D.C. Metropolitan area and within a 100-mile radius of the FAA/NACO Distribution Division Facility, 10201 Good Luck Road, Glen Dale MD 20769-9700. 3. The contractor will be required to show examples of the ability to design, layout, purchase, deliver, and install a Warehousing Racking and Shelving System for a large warehousing/order fulfillment facility using a modern material handling system including automated conveyors and flow rack systems. 4. The contractor will be required to show examples where they have met rigid schedules for contract activities and to perform all contract requirements without delay, interruption, or regards to workload with an error rate of 1percent or less. 5. Please provide the following: Full Mailing Address, Phone Number, FAX Number and actual address of your facility. Duns Number/ TAX ID number. Business Size, Point of Contact and email address. 6. Years in the warehouse and distribution industry. Company profile. The FAA prefers that all submittals, including attachments, be submitted electronically to the following email address. Sandra.Fink@FAA.GOV . REFERENCE MARKET SURVEY DTFAA-06-R-00019. Please submit in Microsoft Word, or portable document format (PDF), however, Microsoft Word is preferred. If you cannot respond electronically, please send the requested information to: Federal Aviation Administration Attn: Sandra Fink, Contracting Officer, AMQ-310 P.O. Box 25082 (Zip-73125) 6500 S. MacArthur Boulevard Oklahoma City, OK 73169 USA Attachment: Definition Area that is covered by the Washington DC Metropolitan Area: Washington-Baltimore-Northern Virginia, DC, MD, WV District of Columbia District of Columbia DC Maryland Anne Arundel Co. Baltimore City/Towson Calvert Co. Carroll Co. Charles Co. Frederick Co. Montgomery Co. Prince George's Co. Queen Anne's Co. Virginia Alexandria City Arlington Co. Clarke Co. Fairfax City Fairfax Co. Falls Church City Fauquier Co. Fredericksburg City Loudoun Co. Manassas City Manassas Park City Prince William Co. Spotsylvania Co. Stafford Co. Warren Co. West Virginia Jefferson Co.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4721)
 
Record
SN01036363-W 20060429/060427220543 (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  © 1994-2020, Loren Data Corp.