Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
SOLICITATION NOTICE

99 -- Worldwide Warehouse Redistribution Services (WWRS) is a fee for service web based international redistribution program. The services requested are for an In-transit Inspection Point (IIP) designed to receive and transfer excess support equipment

Notice Date
2/9/2011
 
Notice Type
Cancellation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-07-11-R-5026
 
Archive Date
3/21/2011
 
Point of Contact
Bryan L. Davis, Phone: 9376563863, Wanda Grigsby, Phone: 937-656-3490
 
E-Mail Address
bryan.davis@wpafb.af.mil, wanda.grigsby@wpafb.af.mil
(bryan.davis@wpafb.af.mil, wanda.grigsby@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: FA8630-07-11-R-5026 Notice Type: Sources Sought --- THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 493190. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 51% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. Synopsis: This is a Sources Sought/Request for Information (RFI) only. This Sources Sought synopsis is not a request for proposals (RFP), and is not to be construed as a commitment by the government to issue a solicitation or ultimately award a contract. This is for planning and market research purposes only and shall not be considered as an obligation on the part of the Government to acquire any products or services. Responses will not be considered as proposals, nor will any award be made as a result of this synopsis. No proprietary data should be submitted in response to the synopsis. Any submissions will be considered to be public information. Responses will not be returned. The Department of Defense, AFSAC, seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide the necessary services. DOD hereby issues an RFI for Contractor Operated storage services to receive, store, and ship FMS (Foreign Military Sales) - items, to various geographical locations throughout the world. Interested parties should respond to the following: Worldwide Warehouse Redistribution Services (WWRS) is a fee for service web based international redistribution program. The services requested are for an In-transit Inspection Point (IIP) designed to receive and transfer excess support equipment and spare parts from approved Foreign Military Sales (FMS) countries and international organizations to fill FMS and United States government materiel requirements. The IIP takes ownership of incoming assets for the United States and ensures correct items, in proper condition, are processed. The IIP shall document and safeguard assets during the inspection process. The authority for the program resides in the Arms Export Control Act (AECA), Section 21, as amended to include "Return of Defense Articles." 1.GENERAL INFORMATION: The Contractor Shall •A. Receive materiel that was ordered (NSN, Part Number, quantity ) •B. Verify order matches material received •C. Visually inspect materiel for the appearance of serviceability, or any defects •D. Sanitize materiel of seller markings, clean materiel as necessary •E. Mark items with item unique identification (IUID), generate electronic inspection reports, digitally photograph materiel, record materiel serial numbers (or assignment in the absence thereof ) •F. Repackage materiel to level USG Level A/B in accordance with MIL-STD-2073-2C or commercial equivalent, pre-pay transportation to the first destination stated in the Military Assistance Program Address Directory (MAPAD) instructions, and generate automated DD Forms 1348-1A and 1387 with bar coding to accompany materiel, as required. The materiel shall be marked with the purchasers' requisition numbers and other purchaser information. In some instances, IIP services may be required to be performed at a remote location. This ordinarily occurs only with large lot or oversized materiel transfers and is at the request of the selling country and approved by the PMO. •G. Ship material to designated location. •H. Provide Administrative Program Management Support Personnel 2. AREA OF CONSIDERATION: Open to all geographical areas within the United States. Contractor must have or be able to obtain NACI clearance. Contractor must be a U.S. owned and operated entity. 3. HISTORICAL VOLUMES: a. Average items processed per month would be around a quantity of 150. b. Heavy volume month for processed items would be around a quantity of 400. c. Average monthly value of items being processed through the IIP is $650,000. 4. STORAGE REQUIREMENT: In-transit Inspection Point (IIP) Facility, The contractor shall have a dry commercial packaging facility that is securable by locks with a minimum of 7,000 square feet of space that may be used in materiel receipt, storage, document and data processing. The contractor shall store discrepant materiel pending a decision from the buyer, seller, PMO for up to 60 days at no additional cost. Discrepant materiel is defined as misrouted, a quantity over-shipment, wrong item, potential substitute, damaged materiel, materiel requiring repair, or a partial shipment where additional materiel is due in to complete the order. The contractor may be required to store materiel for up to 60 days awaiting consolidation for a lot transfer or consolidated shipment. The contractor shall have insurance to cover all losses incurred as a result of damage to materiel while in the contractor's control and cover any damage occurring from natural disasters. 5. PERIOD OF PERFORMANCE: 3 years with 2, 1 year options. 6. CAPABILITIES PACKAGE : All interested firms should submit packages that outline their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit capabilities packages via e-mail to include the following; a. Company name, address, telephone, fax number, point of contact, e-mail address, number of employees, sales revenue, general description of the company and the services provided. b. Location of the in-transit inspection point (IIP) facility. The distance of the in-transit inspection point facility from Wright Patterson Air Force Base, Ohio. c. If possible list your company's most recent and relevant DOD or commercial contracts(not to exceed 5) to include contract number, place of performance, customer, point of contact, telephone number, contract type, amount of award, period of performance, performance ratings. 7. Contact Information: Responses should be forwarded to Contract Negotiator, Bryan Davis, (937) 656-3863, Email: bryan.davis@wpafb.af.mil Contracting Officer, Wanda Grigsby (937)-656-3490, Email: wanda.grigsby@wpafb.af.mil or Division Chief, Terri Spahr (937)656-3190, Email: terri.spahr@wpafb.af.mil 8. Timeline: Send response by COB Monday, 6 th, March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-07-11-R-5026/listing.html)
 
Place of Performance
Address: WWRS Program Office, WPAFB, Ohio, 45433-5337, United States
Zip Code: 45433-5337
 
Record
SN02376314-W 20110211/110209234312-902f39e59a65bb7cad7afd8097af72c2 (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.