Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

M -- Hazardous Materials Management Services

Notice Date
1/25/2011
 
Notice Type
Presolicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-R-0006
 
Point of Contact
Eric S. Berns, Phone: 7177704282, Mogen Gilson, Phone: 7177704757
 
E-Mail Address
eric.berns@dla.mil, mogen.gilson@dla.mil
(eric.berns@dla.mil, mogen.gilson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
HAZARDOUS MATERIALS MANAGEMENT SERVICES FOR DLA AVIATION ACTIVITIES SUPPORTING THE FLEET READINESS CENTERS (FRC) AT CHERRY POINT NC, JACKSONVILLE FL, AND NORTH ISLAND CA. The DLA Aviation has a requirement to provide Hazardous Material (HM) products and management services in support of Fleet Readiness Centers (FRC) at DLA Aviation sites in Cherry Point, NC, Jacksonville, FL, and North Island, CA utilizing Performance Based Logistics support in the form of commercial Third Party Logistics (3PL) services and Contractor Logistics Support services. In providing HM management as a 3PL provider, the Contractor shall be responsible for standardizing life-cycle management processes to reduce TOC for procurement, receipt, storage, issue, delivery, tracking, returns, redistribution and disposal of unserviceable HM throughout the DLA Aviation customer base. The Contractor is required to provide complete supply chain management to include all procurement and ordering of HM for DLA customers in accordance with the requirements of the Statement of Work (SOW). The solicitation will result in a Cost-Plus-Fixed-Fee (CPFF) contract with Cost Reimbursement (no fee)(CR) contract line items (CLINs). The labor will be accomplished under the CPFF portion while materials and support costs/ travel/training costs will be reimbursed under the CR (no fee) portion of any resultant contract. All DoD activities are required to reduce the amount of HM procured, stocked, distributed, and disposed of to achieve Pollution Prevention (P2) mandates. The Contractor shall support and perform the full range of HM requirements for DLA at specified locations which shall include but not be limited to; innovative methods of reducing total ownership costs (TOC) (life-cycle costs) of HM, continuous process improvement of customer service and product delivery, establishment of an integrated chemical products supply chain, and reduce negative impacts to the Hazardous Waste (HW) stream through redistribution of excess HM, promoting DLA Green Procurement Program (GPP) practices, fulfilling minimum units of measure aligned with maintenance requirement, and constant marketing and redistribution of government owned excess HM also known as REUSE. The Contractor shall use the Hazardous Materials Management System (HMMS) and other Government-Furnished Information Technology (IT) Data Systems for HM tracking purposes along with generic Contractor-Furnished systems in support of the full range of HM products and management services required by DLA customers. The Contractor shall conform to ISO 14001 Certification standards in alignment with DLA Aviation Environmental Management Systems (EMS). The Contractor is not required to "certify" to ISO 14001 or OSHA's 18001, but is required to follow the tenets and adhere to DLA and FRC ESOH Policies. The estimated award date for this requirement is July 12, 2011. The contract period of performance consists of a not-to-exceed (NTE) 60 day phase-in period prior to full performance (July 28-September 27 2011), one 10 month base period (September 28 2011-July 27, 2012) and four one year option periods. The acquisition will be conducted on the basis of full and open competition in accordance with FAR Part 15.3 Contracting By Negotiation source selection procedures. The award of a contract as a result of this solicitation will be based on a Best Value/Trade Off assessment. The Government may award any resulting contract to other than the offeror with the lowest price, or other than the offeror with the highest evaluation ratings. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The offeror's proposal shall be in the form prescribed by the solicitation and shall contain a response to each of the areas identified which affects the evaluation factors for award. It is anticipated that the solicitation will be posted to this website the week of February 14, 2011. Amendments to the solicitation will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. Interested offerors are encouraged to use the "Register to Receive Notification" function to register as an interested vendor. It is anticipated that there will be a site visit conducted for this procurement currently estimated to occur on Friday and Saturday, February 18 and 19, 2011. These dates are tentative. The confirmed dates for the site visit will be posted to this site. Specific information will be provided in the solicitation. It is expected that interested offerors will attend the site visit and thoroughly familiarize themselves with the project. NOTE: All offerors MUST be registered in the Central Contractor Registration (CCR) Database at http://www.ccr.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: Eric Berns, Contract Specialist, DLA Distribution, Acquisition Operations, DLA Distribution J7-AB, J Avenue, Bldg 404, New Cumberland, PA 17070-5001 or via fax: 717-770-7244 or e-mail: eric.berns@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-R-0006/listing.html)
 
Place of Performance
Address: DLA Aviation sites- Cherry Point, NC, Jacksonville, FL, and North Island, CA, United States
 
Record
SN02365833-W 20110127/110125234225-14350635cee649c39718fd8cf391447b (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.