Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOURCES SOUGHT

R -- LOGISTICS SERVICES

Notice Date
5/18/2009
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RFI-294404
 
Response Due
6/5/2009
 
Archive Date
5/18/2010
 
Point of Contact
Kathleen M Pierson, Contracting Officer, Phone 301-286-2996, Fax 301-286-0247, Email kathleen.m.pierson@nasa.gov<br />
 
E-Mail Address
Kathleen M Pierson
(kathleen.m.pierson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC is soliciting information about potential sources to provide logisticsservices. Note: All dollar figures and workload numbers below are based on yearlyapproximations. The following are considered the major functional logistic and relatedservice areas, which include, but are not limited to:1. Project Logistics - This area involves logistics support for the handling and movementof critical and sensitive spaceflight hardware, ground support equipment, and othercomplex items. Services include logistics planning and coordination, traffic management(9000 - 10,000 shipments, including small packages), packing and crating, flight hardwareshipping container design and modification, hardware instrumentation for shock/vibration,spaceflight hardware storage, and export control (3500 - 4000 reviews). 2. Transportation - This area involves support for a variety of transportationrequirements. Services include operation of a vehicle maintenance facility (supporting150 vehicles) and motor pool; pickup/delivery services (15,000 requests); deliveries ofsupplies, mail, and items from receiving; office and laboratory moves (550 - 600 moves,1500 - 2000 people), shuttle buses, and support for tours and VIP/special events(including events attended by the public). 3. Supply Management - This area involves supply support for a wide variety of technicalparts (EEE parts and flight fasteners), cryogenics and compressed gases,industrial/office supplies, furniture, equipment, and other items. Services includecustomer order processing (55,000 - 60,000 requisitions), research and cataloging,purchasing ($30 - 40 million and 4500 - 5000 purchase orders), receiving (65,000 - 70,000receipts), warehousing, inventory management, and hazardous materials management. Themanagement and processing of technical parts is a critical service to GSFC and involvesextensive coordination with customers and suppliers. 4. Equipment Management - This area involves equipment management support for a varietyof items, including technical and laboratory equipment, information technology equipment,and spaceflight hardware. Equipment valued at $5000 or greater (42,000 items) requiremore extensive control processes compared to non-controlled property. Services includeequipment accountability and inventories, capital equipment management, property disposal(14,000 excess cases), reutilization and sales. 5. Creative Services - This area involves support for a variety of communications mediaand products (3000 - 3500 work requests) supporting the Center's scientific, engineering,and operations support communities. Services include photography, graphics and webdesign, videography, technical editing, duplicating, publications development, and videoconferencing. Audio/Visual support (800 - 900 events) is also provided. 6. Management Services - This area involves support for several functions, including theCenter's mail processing and distribution operation, records management, and thereview/processing of scientific and technical information (STI) prior to dissemination(900 - 1100 STI documents/items). The mail services work will be a directed subcontractto a company participating in the Ability One Program. ADDITIONAL INFORMATION: All major functional areas are supported by informationtechnology (IT) systems. Many of these IT systems are implemented, managed and maintainedby the logistics contractor. These systems and technologies include, but are not limitedto the following: Oracle E-Business Suite 11i; EMC Documentum; Studio Suite; Oracle,Access, and FoxPro database applications; and website development and management. Thecontractor provides IT expertise to support and improve logistics operations, and isexpected to maintain up-to-date knowledge of current technologies and solutions.Numerous processes are required to follow U.S. laws and regulations, as applicable. Theseregulations include, but are not limited to the following: Federal AcquisitionRegulations, International Traffic in Arms Regulations (ITAR), Federal PropertyManagement Regulations, Federal Management Regulations, and DOT and internationalregulations for the shipment of hazardous materials. Several functional areas are required to meet the ISO 9001 and/or AS9100 standards. Theseareas include the following: project logistics, supply management for technical items,and records management.Detailed financial tracking of customer work requests (including costs forsupplies/materials and labor) is required in many functions in order to bill thecustomer. This tracking shall be of sufficient detail to provide customers with acomplete picture of what products/services they requested, what they received, and theamount of their bill. The nature of these logistic services require the contractor to purchase items prior toreimbursement from the government. Therefore, it is important for potential sources tohave a sufficient Line of Credit (or other financing) since these advance purchases mayplace a substantial burden on the contractor. Vendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit a capabilities statement, which must address the major functionallogistics and related service areas identified in #1 - #6. In particular, the overallapproach and experience in accomplishing the following shall be addressed: procurementand management of technical parts, transport of critical and sensitive spaceflighthardware, export control/ITAR reviews, and ISO 9001/AS9100 compliance.Additionally, thevendor must demonstrate they are capable to finance the purchases made on behalf of thegovernment.The following information is also required to be provided: name and address of firm,point of contact; size of business: large, small, small disadvantaged, 8(a), HUBZone,and/or woman-owned, etc.; average annual revenue for past 3 years and number ofemployees; ownership; number of years in business; affiliate information: parentcompany, joint venture partners, potential teaming partners, prime contractor (ifpotential sub) or subcontractors (if potential prime); list of customers covering thepast five years (highlight relevant work performed, contract numbers, contract type, anddollar value of each procurement).No solicitation exists, therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Technical questions should be directed to: Thomas Weisz, via email:thomas.a.weisz@nasa.gov ; Procurement related questions should be directed to: KathleenPierson, via email: kathleen.m.pierson@nasa.gov This requirement is not considered to be a commercial or commercial-type product. This synopsis is for information and planning purposes ONLY and is not to be construed asa commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Kathleen Pierson via email nolater than June 5, 2009. Please reference RFI-294404 in any response.Any referencednotes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/RFI-294404/listing.html)
 
Record
SN01820998-W 20090520/090518234810-ceac1a30e6f36a1e2d912a294528c9f1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.