Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOURCES SOUGHT

M -- M - Warehousing and Distribution Services

Notice Date
2/8/2008
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-08-R-0018
 
Response Due
2/22/2008
 
Archive Date
4/22/2008
 
Point of Contact
Tracy Birch, Contract Specialist, Phone 717-770-6613, Fax 717-770-7591
 
E-Mail Address
tracy.birch@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center (DDC) is considering whether or not to set-aside an acquisition for small business and is seeking qualified small business sources that qualify under North American Classification System (NAICS) code 493110, size standard $23.5M. This sources sought notice does not constitute a request for a formal proposal or a presolicitation notice. This notice is provided as information to the marketplace and is an invitation for an expression of interest and a DEMONSTRATION OF CAPABILITIES to perform anticipated work. Furthermore, the DDC is not at this time seeking proposals and will not accept any unsolicited proposals. As a minimum, this Request for Information (RFI) requires a technical capability sufficient to provide warehousing and distribution services at the Defense Distribution Depot Guam (DDGM). This contract will be a follow-on contract for distribution and warehousing operations in the territory of Guam currently being performed under DDC Contract SP3100-04-C-0012. This work will include basic distribution functions. DDGM provides customer support and material management through compliance with the Distribution Standard System (DSS) automated warehouse management system requirements and by incorporating expanded distribution expertise to enable forward positioning of Defense Logistics Agency (DLA) wholesale assets in order to support the anticipated growth of mission requirements in Guam. A rough order of magnitude for workload projection is 100,000 receipts, issues and trans-shipments per year or an operation approximately the size of the Defense Distribution Center, Barstow, California (DDBC). DDGM performs the full scope of physical distribution functions typically performed at a DLA managed distribution center. The functions include receipt, issue, inventory, and trans-shipment service of retail and wholesale replenishment receipts. The center provides direct-turn-over and off-island trans-shipments, storage and care of stock in storage (COSIS), issue of retail and wholesale material, packing, shipping and local delivery. The physical distribution operations are government owned and contractor operated (GOCO). Contract oversight and responsibility will be the responsibility of the DDGM Continuing Government Activity (CGA). The general scope of proposed contract actions are to include but are not limited to the following: (1) Provide receiving, storing, inventorying, issuing, packaging, trans-shipmenting and performing Special Projects; and (2) Provide all labor, material and supplies, Material Handling Equipment (MHE), and Garrison Mobile Equipment (GME) maintenance, to perform the distribution requirements. The performance period is for 1 year with a possibility of 4 one year options. Full performance is expected to begin on or about 23 July 2009. There will be a 3 month transition period, which will ensue just prior to full performance. This requirement is to be performed at the Defense Distribution Depot Guam (DDGM)located on the Naval Main Base, an 8,000-acre parcel which is part of the Navy Apra Harbor Complex. Naval Base is located 8 miles southwest of Hagatna, the capitol of Guam and 11 miles southwest of Won Pat International Airport. Andersen Air Force Base, located 20 miles northeast of Naval Base, is Headquarters to the 13th Air Force and 36th Air Base Wing. Andersen AFB provides military passenger and air cargo services to and from Guam. The Center is strategically located at the boundary between the Pacific Ocean and Philippines Sea approximately 3,300 miles west of Hawaii, 1,400 miles southwest of Japan and 1,250 miles east of the Philippines. The Navy regional commander is Commander U.S. Naval Forces Marianas (COMNAVMAR) who is also U. S. Pacific Command (PACOM) Regional Coordinator and PACOM representative for Guam, Commonwealth of Northern Marianas Islands, Federated States of Micronesia, and the Republic of Palau. Serving as a stock point for DLA and service owned material, DDGM supports both local and worldwide customers. With an inventory value in excess of $21.5M, approximately 17,000 lines, the Depot can provide immediate support to both industrial and war fighting customers. Direct support is provided for the various ships home-ported in the Pacific Southwest, including submarine tenders, submarines, and supply ships, in addition to transiting Carrier Strike Groups (CSG), Expeditionary Strike Groups (ESG), other Naval ships, forward deployed Air Force, Marine Corps and Army units. DDGM is an integral partner with COMNAVMAR in creating a one-stop supply and logistics service delivery capability in which afloat and ashore customers can obtain individualized, customized, and flexible logistic services. The primary customers of COMNAVMAR are a Submarine Tender, the Military Sealift Command and 3 T-AO vessels that provide support to ships operating in and transiting through the Pacific. The DDGM operation supports the current COMNAVMAR customer base, while broadening the scope to include an increased level of support to Air Force, Army, and Marine Corps end users, and ships and other mobile units operating in and transiting through the Pacific theater. Additionally, DDGM will be structured to support potential increases in future distribution requirements for Army, Air Force, Navy and Marine Corps customers operating in the defined geographic support area. Interested, responsible small business sources that qualify under the above listed NAICS code are required to submit a capability statement of no more than three (3) pages that identifies and assesses your company's ability to satisfy these requirements. The capability statement must address: 1) Knowledge of DDC warehouse and distribution operations and special functions or similar type operations; and 2) Knowledge of and experience in the Distribution Standard System (DSS). Any such response must also include: (1) A positive statement of your intention to submit a proposal for any subsequent solicitation as a prime contractor; (2) Evidence of experience in work similar in type and scope described above to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; and (3) Past performance references with points of contact and telephone numbers. At least 2 references are requested, but more are desirable. A response is required by 22 February 2008 at 4:00pm EST. At the present time, a set-aside determination has not yet been made. This notice is for informational and market research purposes only. Interested parties shall include their business size as well as any applicable preference program in their response. Responses are being sought from small business sources that have a comprehensive knowledge and understanding of warehousing and distribution services. Small businesses may team together or may even team with large businesses, and remain eligible to participate in a set-aside acquisition. However, vendors are reminded that should this acquisition become a Small Business Set-Aside, the clause at FAR 52.219-14, Limitations on Subcontracting (Dec 1996), will apply and would require that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. The above requested information must be submitted in sufficient detail for a decision to be made regarding a Small Business set-aside. Failure to submit all of the information requested may result in an unrestricted acquisition. This synopsis does not commit the Government to contract for any supply or service. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov/. It is the responsibility of potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this sources sought synopsis should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the DDC will not pay for any information or administrative cost incurred in response to this sources sought notice. Reponses to this notice must be received electronically. Paper media will not be accepted or opened. An email response should be sent to tracy.birch@dla.mil. Questions should also be referred to Ms. Tracy Birch at (717)770-6613. Please be advised that all information received in response to this notice will be considered procurement sensitive and will be handled accordingly; however, any information that the contractor considers to be proprietary pursuant to existing laws and regulations must be marked accordingly (FAR 3.104-1(3)&(4).
 
Place of Performance
Address: Defense Distribution Depot Guam (DDGM)
Zip Code: 96915-1100
Country: GUAM
 
Record
SN01503821-W 20080210/080208223221 (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.