Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
MODIFICATION

17 -- Expeditionary Airfield Sustainment Lighting (Logistics)

Notice Date
1/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-RFI-7102
 
Point of Contact
Michelle Prinston, Phone: 732-323-1192
 
E-Mail Address
michelle.prinston@navy.mil
(michelle.prinston@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Request for Information (RFI) is posted as a follow on to RFI N68335-11-RFI-7100. This RFI is identical to N68335-12-RFI-7101 which has been simultaneously posted under PSC Code 62 (Lighting Fixtures and Lamps). This RFI pertains to the logistics requirement for this effort. RFI N68335-12-RFI-7103 and its identical simultaneous posting N68335-12-RFI-7104 pertain to integration and are posted separate from this posting. REQUEST FOR INFORMATION OBJECTIVE NAVAIR Lakehurst's USMC Expeditionary Airfield Sustainment Lighting Program (SLP) is issuing a Request for Information (RFI) seeking integrated solutions to supply materials, tools and equipment for the management and operation of US Marine Corps expeditionary airfields located throughout world in current and future Areas Of Responsibility (AOR)'s. This initiative will also support Contingency Operations, Training, Exercises, and Humanitarian Relief efforts in the US and throughout the AOR's. The objective for this initiative is supporting the customer by ensuring reduced cycle times, achieving the best pricing available utilizing commercial business practices, and structuring processes to ensure maximum oversight, reducing administrative burden and increasing customer satisfaction while allowing the customers to focus on their core competencies. INITIATIVE OVERVIEW The Sustainment Lighting Program is one of the four systems of USMC Expeditionary Airfields supporting the forward deployed Marine. The Government is requesting input from industry, to determine the potential for a Long Term Contract in support of the Marine Corps expeditionary airfield operations, specifically the SLP. Projected Scope of Work: • Supply Chain Management → Develop and maintain an active and continually evolving state of the art supplier base • Distribution and Warehousing → Utilize transportation infrastructure to support geographic locations throughout the world to support EAF Marines • Quality Control → insure all products tendered meet the appropriate recognized national and industry standards regarding inspection, testing, grading, marking and general quality. • Customer Direct Support → Ensure all products delivered to ordering activities comply with the description of products requested by the customer • Data Management → Utilize a management System that is compatible with industry and government systems Item Selection → Any item required by the ordering activity to support construction and routine maintenance of EAF Airfields. In general, the scope includes Sustainment Lighting for EAF Airfields materials and other supplies, including but not limited to:  Electrical products (generators, wire, connectors, sockets, outlets, lights, etc.)  Tools of various kinds  Communication devices (such as walkie-talkies, two-way radios, etc. used by the maintenance personnel).  Contractors should be able to supply the entire product types listed above, as well as various other immediate need maintenance and repair items. • Non-routine Type Items → Items that might not routinely be used in the operations arena, but for reasons within the discretion of the ordering activity, the ordering activity has determined to use such supplies to meet its requirements. Example: temporary storage containers required to support construction of airfields, training or exercises. The intended purpose for their use will place such containers within the scope of this initiative. General Questions If you are currently doing business or have previous experience with Supply Chain Management please answer the following questions: •☼ Please describe from previous or current experience how you develop and maintain a state of the art supplier base? •☼ Describe your current capabilities for distribution and warehousing of products in support of military operations. •☼ Describe your capabilities of tracking material end-to-end within the logistics process •☼ Please provide experience with supporting contingency operations worldwide. Please describe how you supported these operations and the challenges you came across in delivering products to the final destinations. •☼ What method or procedures you used in the past or are currently using to insure all products tendered meet the appropriate recognized national and industry standards regarding inspection, testing, grading, marking and general quality. •☼ How do you make sure all products delivered to ordering activities comply with the description of products requested by customer? •☼ What type of data systems do you currently use and do you see any concerns with integrating your IT systems with other industry partners and government agencies? •☼ Describe your procedure for accepting/processing all customer orders. •☼ In your opinion, describe the challenges you foresee with supporting a contract covering an area of this magnitude with the scope of items identified. •☼ Please provide any additional feedback you feel would enhance the program should we proceed with this initiative. The purpose of this RFI is to conduct Market Research on different methods available to support the total logistics operations of managing facilities requirements for the United States Department of Defense and other federal Agencies activities in the EUCOM and AFRICOM Areas of Responsibility. The information submitted in response to this RFI may be used to help the Government further define its requirements and understand the interest of potential companies in this sort of initiative. INSTRUCTIONS Responses to this RFI are due to the contracting office identified below by 4:00 PM US Eastern Time, February 10, 2012. Responders shall provide one (1) electronic copy of their response. Electronic submissions, in Microsoft Word or Adobe Acrobat formats, shall be accompanied by a printed inventory that identifies all CDs, their file contents, and their electronic formats as submitted. All CDs and files are to be labeled with the responder's name, contact information, and submission date. All RFI responses must be unclassified. Existing commercial documentation and product literature can also be submitted. Please submit your responses by email to Michelle Prinston, Contract Specialist at Michelle.Prinston@navy.mil. DISCLAIMER This is a Request for Information (RFI) only, as defined in FAR 15.201(e), to obtain information about pricing, delivery, capabilities, and other market information for planning purposes. There is no solicitation available at this time. The Government will not pay for any information received in response to this RFI, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. This RFI does not constitute a commitment by the Government. Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation is not a promise of future business with the Government. The purpose of this RFI is to conduct Market Research to determine Industry capabilities for a Tailored Logistics Support Program for USMC Expeditionary Airfields Sustainment Lighting Program deployed in various areas of responsibility (AORs). All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov. Responses to this RFI will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to respondents with respect to any information submitted under this RFI. No requests for a bid package or solicitation will be accepted; no bid package or solicitation exists at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-RFI-7102/listing.html)
 
Record
SN02659551-W 20120125/120123234719-73a3cb2fa6247c6c4a6e06b9a9a2eed5 (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.