Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
MODIFICATION

12 -- Worldwide Warehouse Redistibution Services

Notice Date
10/4/2006
 
Notice Type
Modification
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-06-R-6300
 
Response Due
11/4/2006
 
Archive Date
11/21/2007
 
Point of Contact
John Back, Contracting Officer, Phone 937-257-7298 x4082, Fax 937-656-1896, - Wanda Bronston-Grigsby, Contract Negotiator, Phone 937-257-7298 X 4203, Fax 937-656-1896,
 
E-Mail Address
john.back@wpafb.af.mil, Wanda.grigsby@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
FA8630-06-R-6300, Section L Attachments 1 and 2 are hereby deleted in their entirety and any interested contractors shall request Past Performance Evaluations from Open Ratings at www.ppereports.com Questions on ordering Past Performance Evaluations should be directed to: Telephone: (727)329-1184 E-Mail Address: reports@openratings.com Based on the above information the Response Due Date is extended to 17 November 2006. up to sixty (60) days (ex. Contractor ships item first of month, Security Assistance Maintenance Information System (SAMIS) runs the batch of items shipped every 30 days (end of month), then the contractors invoice submitted at end of month is compared to the SAMIS run and if there are errors it could take up to seven (7) days to resolve before the program office signs the invoice and forwards to the Defense Finance and Accounting Services (DFAS) for payment within 21 days. Discuss how you will manage your business while waiting sometimes up to 60 days for payment. 2. Please provide your current facility information and capability to process several hundred shipments per month. 3. Program activity is likely to occur with large fluctuation in shipment frequency and number. Describe your ability to maintain a stable workforce and turn shipments quickly despite lulls and high activity periods. 4. Please describe the following forms: DD Forms 1348-1, 1387 and 250 and provide samples of any of these forms previously filled out by your company. 5. Has your company had any experience with Military Packaging (A/B) and experience with the MAPAD? Please provide contract numbers where you were required to perform Military Packaging. 6. Do you have a Government Quality Assurance Representative (QAR)? Please provide the name and phone number of this individual. 7. Has your company ever used the software 'Haystack or CD Fiche' or any equivalents (please identify if you have used equivalents)? 8. Does your company currently have a Secret Clearance or ever held a Secret Clearance? 9. Do you currently have insurance to cover any damages to goods while in your facility? 10. Do you have the capability of handling and disposing of hazardous material if necessary? Please discuss. 11. It is anticipated that under the task order Contract Line Item Number (CLIN) of the contract that the Government may need to purchase Information Technology (IT) support for this program, for example, programming, database design, electronic document management systems support and software customization in accordance with USAF/AFMC/AFSAC policies, standards and architectures. Does your company have a person qualified to provide a broad range of information technology support? 12. Does your company have the ability to link to the SAMIS and AFSAC On-Line systems or upload and download data files to the Web? 13. Does your company have technical experience providing inventory management control which includes capability to process US customs paperwork, accept and store materiel received from sellers, capability to inspect, repackage, remove markings, electronically formatted report process and the ability to ship in an expedited manner? All interested and qualified sources are requested to provide a statement of current capability and past performance information and complete Attachment 4L "Pricing Matrix" no later than 04 November 2006. Sources must demonstrate management and technical experience on similar acquisitions, specifically addressing the requirements specified in this synopsis, and demonstrate the ability to obtain the resources necessary to successfully compete for this requirement. Interested and qualified sources are requested to provide the following information: (1) Company name, address, telephone and facsimile numbers, point of contact, e-mail address, business size, and general description of the company and services provided. (2) A list of your company's most recent and relevant DOD or commercial contracts (not to exceed 5) to include contract number, place of performance, customer point of contact, telephone number, contract type, amount of award, period of performance and a very brief description of the services required and whether performance was considered acceptable or an explanation for performance problems noted. (3) Address the above 13 questions/statements regarding WWRS. Respondents are asked to limit submissions to ten (10) pages or less (if practical), or minimum number of pages necessary to address your company's capability. All data may be faxed or e-mailed simultaneously to the points of contact specified below. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Please note that all prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a Department of Defense contract. For more information on "Worldwide Warehouse Redistibution Services", please refer to: http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=4154 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-NOV-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-06-R-6300/listing.html)
 
Place of Performance
Address: Bld. 210, Area c Wright-Patterson AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01185380-F 20061123/061121222333 (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.