Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOURCES SOUGHT

R -- Third Party Logistics (3PL) Provider to perform HAZMAT functions.

Notice Date
12/22/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018910R0017
 
Response Due
1/12/2010
 
Archive Date
1/27/2010
 
Point of Contact
Jordan Dorsey757-443-1411
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources for a contract vehicle to obtain a Third Party Logistics (3PL) Provider to perform HAZMAT functions. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. This requirement is under the guidelines of the Consolidated HAZMAT Reutilization and Inventory Management Program (CHRIMP) as required by FISC Norfolk, Hazardous Material (HM) Operations division. The required functions and integrated supply services will be comprised of material supply and support, inventory control, receipt inspection, and warehousing. The contractor duties shall also include, but not be limited to, administrative duties using innovative methods to reduce the cost of HM, continuous process improvement, and establishment of an integrated supply chain management system. Contractors will be required to have a proven hazardous material inventory management system given that the HM inventory at each site will be primarily contractor owned, but may include some residual Government owned "A" condition HM products. Below is a list of the full range if the contractor management duties: Hazardous Material ManagementReceive materialInventory replenishmentPerform inventory management functions Material Safety Data Sheets (MSDS) customer supportMaterial certification for transportationParticipation in other Pollution Prevention (P2) programs as requestedManage bulk HMHM kits and support package assemblySpill controlShelf-life managementMaintain a just-in-time inventory of gas cylinders Place of Performance (Site Locations)The performance of this work will be at the following locations Naval Station (NS) Norfolk, VA, Naval Air Station (NAS) Oceana, VA, Fort Eustis, VA, Submarine Base (SUBASE) New London, CT, NS Newport, RI, Naval Weapons Station (NWS) Earle, NJ, Naval Air Engineering Station (NAES) Lakehurst, NJ, NAS Willow Grove, PA, Naval Business Center Philadelphia, PA and NAS Brunswick, ME. NAICS CodeThe NAICS Code for this requirement is 561210, Facilities Support Services, and the Size Standard is $35.5M. Anticipated ContractThe proposed contract is a single award, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract, with Firm Fixed Price (FFP) provisions. Period of Performance The period of performance for this requirement will be a 12 month base year and four 12 month option periods. This contract is estimated to commence on 13 September 2010. The Government intends on staffing the site locations with Government personnel; therefore, the entire Firm Fixed Price of this requirement will be for the purchase of materials and the contractor on-site inventory oversight and management labor. The contractor must be able to acquire between $15 and $20 million dollars of inventory per year between all sites. Contractor must provide a capabilities statement displaying their ability to acquire, obtain, and maintain this amount of material. Contractors response shall also include the following information and can be submitted in your own format: Size of company, i.e., 8(a), WOSB, SB, Veteran, all others, number of employees, revenue for the past 3 years, relevant past performance on same/similar work dating back 5 years and your company's capability to perform the type of work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed six (6) typewritten pages in no less than 12 font. Also, please indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. A draft Attachment 1 (Test Market Basket) has been included in this notice for your reference. Reponses to this Sources Sought request should reference N00189-10-R-0017 and shall be submitted electronically to Jordan Dorsey at jordan.dorsey@navy.mil Phone: (757) 443-1411 and John North at john.w.north@navy.mil Phone: (757) 443-1230 by close of business (4:00 EST) 12 January 2010. All technical questions and inquiries maybe submitted within the response. Please also include the Company name, address, POC name, phone number, fax number and email, Contractor and Government Entity (CAGE Code). Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910R0017/listing.html)
 
Record
SN02029889-W 20091224/091222235612-4871c303a747c37415fe769dc873ea5c (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.