Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

R -- Global Logistics

Notice Date
4/19/2010
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-10-R-0085
 
Archive Date
5/7/2010
 
Point of Contact
Mishelle Miller, Phone: 202-231-8349, Michelle Crecca,
 
E-Mail Address
mishelle.miller@dia.mil, michelle.crecca@dia.mil
(mishelle.miller@dia.mil, michelle.crecca@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction This is a synopsis for commercial services prepared in accordance with the format in Part 15 as supplemented with additional information included in this posting. This presolicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The NAICS is 541614 process, physical distribution, logistics consulting and the business size standard for this NAICS is $7 million. Description of Services The requirement is for logistics expertise and services within capability to deploy and integrate worldwide with existing infrastructure both military and civilian. Specifically, the contractor shall provide all labor including logistics, administrative, managerial and technical support services and all related materials and supplies as necessary to ensure adequate and timely support of designated DOD facilities worldwide. The company must possess a valid CAGE (Commercial And Government Entity) code in the Industrial Security Facilities Database and must be able to receive and store information at the Secret level. Contract Type and Evaluation The completed contract type anticipated is firm fixed price. The anticipated period of performance is for a base plus four option years with an anticipated award date within FY2010. The Government intends to award one contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government will perform a two-step evaluation; only responding eligible companies will receive the Solicitation package. Even if you have previously responded to another notice, you must submit to this notice to be evaluated. The interested company's eligibility statement will be pass/fail. The following factors will be used to evaluate proposals: technical capability, past performance, security, and price, with technical capability more important than the other three factors combined, and the combined factors of security and price more important than price. Per FAR 52.212-2, the Government reserves the right to make award without discussions. Timeline Eligibility statements must be received prior to 1 PM EST on Tuesday May 04, 2010. Eligibility companies may retrieve a solicitation package at a designated time and place in the Washington DC area weekdays between 8 AM on Tuesday, April 27 and 1 PM on Friday May 7. A proposal from an eligible company must be received before Tuesday May 18 at 1 PM EST. Responses Eligibility statements and questions are to be emailed to both points of contact listed: Mishelle.Miller@dia.mil and Michelle.Crecca@dia.mil. Only emailed questions will be accepted. Questions must be emailed prior to Friday, May 7 at 1 PM. Each submitted email will receive an email confirmation. Please allow sufficient time for your email to be reviewed. Constraints This requirement requires access to classified databases. TS/SCI is required. U.S. citizens only. Foreign participation will not be allowed at the prime contractor or subcontractor level. Eligibility Statement Only responding companied who pass all of the below elements will be able to receive a solicitation package classified as Secret. Submissions shall be limited to 5 one-sided pages and should be Office 2007 compatible. Information submitted via any other source, including the body of the email, will not be considered. All submission must be sent via email and will be printed in black and white, with one inch margin on the top and bottom, left and right in a 12 point font, single line spacing. Each footer shall be 10 point font or larger and must contain the Contractor's name and page number as well as the total pages ("Contractor X, Page 1 of 5," etc.). Colored graphs and intricate drawings are discouraged. Submissions will not be returned. Responses must include, but are not limited to, the following: (1) Contractor's full company name and mailing address. (2) Point of contact's name, email address and telephone number. (3) Contractor's DUNS to verify that the Contractor is in CCR. (4) Contractor's CAGE to verify the Contractor's facility clearance and ability to receive the solicitation package with the classification level of Secret. The Contractor's DUNS and the CAGE must be from the same company. (5) Full name, email address and telephone number of the individual with a courier badge who will pick up the solicitation package on behalf of the company. (6) Explanation of contractor's expertise in logistics support, CONUS and OCONUS, for DOD clients, to discuss various labor categories offered, and number of personnel in each.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-10-R-0085/listing.html)
 
Place of Performance
Address: Washington DC, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02125860-W 20100421/100419234855-711f5833ef42386d03c58991d2240e87 (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.