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
SOURCES SOUGHT

12 -- Worldwide Warehouse Redistibution Services

Notice Date
11/4/2005
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Area C, Bldg 210 1822 Van Patton Drive WPAFB, OH 45433-5337
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-06-R-6300
 
Response Due
12/9/2005
 
Archive Date
11/21/2007
 
Point of Contact
James Dinwoody, 937-904-1004 x4095
 
E-Mail Address
james.dinwoody@wpafb.af.mil;
(james.dinwoody@wpafb.af.mil;)
 
Small Business Set-Aside
N/A
 
Description
Worldwide Warehouse Redistribution Services (WWRS) Program Introduction: WWRS is a web-based redistribution service designed to facilitate re- utilization of excess serviceable spare parts and support equipment, previously purchased under the Arms Export Control Act, as a source for filling Foreign Military Sales (FMS) requisitions. Goals: WWRS is designed to: 1) reduce FMS customers’ excess inventories, 2) provide access to materiel at reduced cost, 3) reduce lead time through redistribution of assets instead of new procurement, and 4) enable sellers to purchase needed FMS assets with the proceeds. Program Overview: WWRS advertises FMS excess and aligns incoming FMS requisitions with excess materiel to provide FMS requisition support. All materiel passes through an in-transit inspection point (IIP) contractor. At the IIP, WWRS excess materiel is inspected (to include verification that materiel is same NSN as represented), sanitized, and repacked prior to transfer to the purchaser. The IIP will take title to the materiel prior to transfer on behalf of the USG, thereby maintaining anonymity of the FMS parties. Materiel which fails visual inspection will be returned to the selling country at the seller’s expense. The IIP will process, store, and make electronically available, digital photos of all materiel. The materiel will be photographed individually and in aggregate, on a digital scale. All materiel shipments that pass inspection are subject to normal FMS Supply Discrepancy Reports (SDRs) criteria. The photographs will be used in adjudicating SDRs. The IIP may, on an exception basis, be responsible for performing on-site inspections at seller locations worldwide, including high threat areas/regions. The IIP may also be responsible for processing US customs clearance for incoming shipments and receiving shipments with shipping costs due. The IIP may also need to establish and maintain satellite offices overseas with the capability to receive and transship materiel from within one overseas location to a buyer in another country. The IIP may be responsible for developing or interfacing software in conjunction with the WWRS Program office. The IIP will be responsible for invoicing the WWRS office on a monthly basis. Materiel remains in the possession of the seller until the WWRS Program Manager (PM) requests the materiel. The WWRS is a virtual materiel warehouse with WWRS materiel being listed on a WWRS web page by NSN, MMAC, noun, annual demand, quantity and price. Interested FMS purchasers may browse the WWRS web page to determine availability. Materiel may be ordered by submitting a requisition with the Routing Identifier Code (RIC) of ‘FWW’ (indicating WWRS as the desired source of supply) to the Security Assistance Management Information System (SAMIS) against the appropriate blanket order FMS requisition case for to the materiel being ordered. WWRS requisitions are treated as fill or kill requisitions. The seller with the lowest priced NSN listed will be selected to fill the requisition. When there is insufficient quantity of the lowest priced NSN to fill the requisition, the next higher priced materiel will be selected. This selection process will be repeated until the requisition is filled or all WWRS inventory is depleted. The remaining unfilled portion of the requisition will be canceled. Please address each the questions/statements listed below 1. The contractor is only paid for his services after the material is shipped. Total processing time may be up to 60 days. The contractor will be expected to pay shipping to the first destination, and may need to pay for incoming shipments and then will be reimbursed as part of the invoicing process. The largest 60 day accumulated prepaid freight and services fee to date has been $126,100. Due to system constraints regarding payment the contractor may not be paid for 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? SOURCES SOUGHT: All interested and qualified sources are requested to provide a statement of current capability and past performance information no later than 9 December 2005. 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. This Sources Sought announcement is issued for information and planning purposes only and does not constitute a solicitation. The Sources sought shall not be construed as an obligation on the part of the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this Sources Sought and all information shall be made available at no cost to the Government. Responses to the Sources Sought will not be returned. Please note that all prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a Department of Defense contract. To learn more about this CCR requirement and how to register, please visit the CCR internet website at http://www.ccr2000.com/ or call 1-888-227-2423. 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-NOV-2005). 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
Worldwide Warehouse Redistibution Services
(http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-06-R-6300/listing.html)
 
Record
SN01185386-F 20061123/061121222459 (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.