Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

R -- Distribution Labor for Temporary, Intermittent Support of the Defense Logistics Agency (DLA) and Defense Distribution Center (DDC) Mission

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-R-0009
 
Point of Contact
BRIAN R ROSE, Phone: 717 770-4673, THOMAS F MARTINO, Phone: 717 770-6169
 
E-Mail Address
brian.rose@dla.mil, thomas.martino@dla.mil
(brian.rose@dla.mil, thomas.martino@dla.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Defense Distribution Center (DDC) has a requirement to provide distribution labor services for temporary, intermittent support of the Defense Logistics Agency (DLA) and DDC mission. The type of services include planning, program management, executing effective and efficient receiving, storage, physical inventory, packaging, care of supplies in storage (COSIS), stock control, stock selection, issue processing, packing, shipping, traffic management support, distribution of material, container fabrication, material processing center (MPC) functions, consolidation and containerization functions, ocean terminal operations, and kitting. A contract is required to support excess workload due to surge in order to avoid any degradation to the DDC/DLA mission. A contract for labor to support workload surges and distribution contingency operations on an as needed basis would provide for a “stop-gap” measure for unforeseen, unplanned, situations that the DDC’s current workforce cannot absorb with regular work, overtime, reassignment, or temporary or permanent hiring actions. This contract will provide labor to support workload surges, unforeseen/unplanned workload, contingency operations and special projects. The Contractor may be required to provide a distribution capability that includes furnishing facilities, equipment, and materials and supplies to perform the requirements. Work could be performed anywhere in the DLA/DDC locations across Outside Continental United States (OCONUS), Continental United States (CONUS) and Hawaii. The DDC is seeking offerors to perform the above functions which will be evaluated utilizing a Lowest Price / Technically Acceptable source selection procedure. This procurement will be set-aside for a contractor qualified in accordance with Section 8(a) of the Small Business Act, using competitive procedures. DDC released a DRAFT solicitation on 14 January 2010. DDC anticipates the release of the final solicitation on or around 16 July 2010. It is anticipated that the resultant contract will result in a Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery / Indefinite Quantity (ID/IQ) contract with cost reimbursement (no fee) contract line items. The labor will be accomplished under the CPFF portion while materials and support costs as well as travel/training/conference costs will be reimbursed under the cost reimbursement (no fee) portion. The Government intends to issue a single award from the solicitation. The contract period of performance is anticipated to be a one-year base period and four one-year options. A pre-proposal conference is expected to be conducted at DDC. Time and locations will be published on the Federal Business Opportunities website concurrently with release of the final solicitation. The NAICS Code and Size Standard are: 493110 and $25.5 million, respectively. All documents to this solicitation will be posted to the Federal Business Opportunities website (http://wwww.fedbizopps.gov/) under solicitation SP3300-10-R-0009. Contracting Office Address: Defense Distribution Center 2001 Mission Drive, Bldg 404 DDC-J7(AB) New Cumberland, Pennsylvania 17070-5000 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-R-0009/listing.html)
 
Place of Performance
Address: DLA/DDC locations throughout Outside Continental United States (OCONUS), Continental United States (CONUS) and Hawaii, United States
 
Record
SN02201488-W 20100711/100709235508-c48f4e8a15c9379ab4aaac82814de17c (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.