Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
MODIFICATION

M -- Performance Based Logistics Support Services

Notice Date
5/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACM, 5222 Martin Road, Attn: VBII, Redstone Aersenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ0147-12-Q-0005
 
Archive Date
6/18/2012
 
Point of Contact
Anthony Russell, Phone: 256-955-9287, Candice L. Tehrani, Phone: 2564503441
 
E-Mail Address
Anthony.Russell@mda.mil, candice.tehrani@mda.mil
(Anthony.Russell@mda.mil, candice.tehrani@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
This request for information (RFI) solicits capability statements from industry regarding the development of acquisition strategy and subsequent request for proposal for performance based logistics support services at the MDA. This RFI is not a request for proposal (RFP); therefore, proposals are not requested at this time. The Missile Defense Agency Logistics Support Directorate (MDA/DPL) requires logistics support for the safe, efficient and expeditious packaging, handling, storage and transportation (PHS&T) of Ballistic Missile Defense System (BMDS) equipment, hardware and property. The intent of this RFI is to gain capability information for any potential Performance-based Work Statement (PWS) to provide a small, cross-trained cadre of PHS&T experts available 24 hours a day, 7 days a week, 365 days a year to support critical missile test/deployment movements and associated maintenance, handling, storage, coordination and customer support tasks. The level of logistics support required is directly related to, but not entirely dependent on, MDA's schedule of ground and flight test events and deployments. Major MDA customers historically serviced by this capability are the Test and Targets organizations; growth of support required across MDA is anticipated due to recent organizational and mission changes. For clarification in the context of the PWS, BMDS equipment, hardware and property includes a diverse array of items including, launch vehicles and associated flight hardware, including ordnance items and devices; ground support equipment; electrical power generators; non-tactical vehicles; and command, control, communications and battle management equipment. A significant, high-priority effort included in the PWS will require loading, securing and transporting solid rocket motors (short, intermediate and intercontinental ballistic missile classes), ordnance components and associated ground support equipment from integration and storage facilities to points of debarkation, such as airfields and barge ports. These actions include all aspects of movements including operation of Government owned or leased forklifts, cranes, trailers and towing vehicles (including heavy and oversize loads); uploading BMDS equipment, including hazardous material onto transportation assets, including commercial and military airlift, sealift and ground transportation; scheduling and coordinating modes of transportation; and downloading of BMDS equipment at final destination. In addition, support tasks will include: installation and removal of ordnance components and assemblies from flight and inert hardware; and periodic and unscheduled maintenance, calibration, and certification of equipment and vehicles associated with PHS&T operations including trailers, forklifts, load cells, harnesses, slings, cranes, and tugs. The PWS will require managing operations of Government-owned or acquired storage facilities for BMDS mission equipment and property, including explosives and hazardous materials. This includes developing and executing processes for receiving, issuing, moving, loading and unloading. Storage management tasks include monitoring conditions and inspecting contents of warehouse facilities and explosives and hazardous material storage sites; managing asset management equipment such as racks, pallets, material handling equipment; inventory and item unique identification of MDA assets; demilitarization and disposal of excess BMDS equipment; as well as assisting with developing explosive site plans for ordnance facilities and calculating quantity-distance (Q/D) separation for a given Net Explosive Weight (NEW). This effort will require assisting Government customers in determining requirements for packaging, handling and transportation requests, including dimensions; cube; quantity; weight; support equipment required; special handling procedures; hazardous materials class and applicable net explosive weight/quantitative distance; pedigree; environmental requirements; security requirements; and special instructions. In addition, expertise is required for the proper handling, coordinating, and certifying of hazardous cargo for air, ground, and waterway shipments in accordance with statutory and regulatory requirements (Code of Federal Regulations, Title 49 (49 CFR); applicable United States Air Force, Army and Navy regulations; International Air Transport Association (IATA); and International Maritime Dangerous Goods (IMDG)); utilizing Automated Air Load Planner System (AALPS) software for configuring military aircraft load plans; and validating cargo is appropriate to the ground transportation vehicle static roll threshold, for the intended route, and the intended material handling procedure. All personnel performing services under the PWS will be required to hold security clearances at the SECRET level. Approximately 50% of contractor personnel may need to obtain a security clearance at the TOP SECRET level. The contractor workforce executing the tasks of the PWS will be located in Huntsville, AL (HSV). However, the PWS provides temporary logistics support at geographically dispersed locations, including permanent MDA duty locations as well as temporary test event, storage and deployment locations in the continental United States and overseas. Support locations include, but are not limited to: Redstone Arsenal, AL; Courtland, AL; Yuma Proving Grounds, AZ; Pacific Missile Range Facility (PMRF), HI; Hill AFB, UT; Camp Navajo, AZ; FT Wingate, NM; FT Greely, AK; Andersen AB, Guam; Reagan Test Site, Kwajalein Atoll, Republic of the Marshall Islands; Vandenberg AFB, CA; White Sands Missile Range (WSMR), NM; Kodiak, AK; and Hawthorne, NV. PWS tasks will fall under the following North American Industry Classification System (NAICS) code: 541614 (size standard $14M) Process, Physical Distribution, and Logistics Consulting Services. A Cost Plus Fixed Fee Performance Based contract is contemplated. The estimated period of performance is for a base period of one (1) year with three (3) one-year option periods. The estimated start date is August 2012. This RFI is issued solely for informational, planning purposes, and market research in accordance with FAR Part 10. Interested large and small businesses should provide a capability statement which demonstrates their capabilities and relevant past performance in logistical support as identified above, particularly with respect to packaging, handling storage and transportation of solid rocket motors and ordnance items. Capability statements should be submitted via e-mail to MiDAESS DACM-Commercial@mda.mil and are limited to 10 pages in length. Responses should be submitted not later than May 18, 2012, 4:00 pm (central time). Telephone requests will not be honored. Your response should identify the size status of your company, whether it is a large or small business based on the NAICS code identified above. Your response should indicate whether your organization is a small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Service-Disabled-Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) concern, Historically Black College and University (HBCU), or other educational and minority institutions. Furthermore, your response should also indicate whether your organization currently has a General Services Administration (GSA) schedule to support this effort, the schedule number, and any Special Item Numbers (SINs), associated with the schedule. Participation in this effort is voluntary with no cost or obligation to be incurred by the MDA. As such, MDA will not pay for any information or administrative cost incurred in response to this RFI. Responses will not be considered as proposals nor will any award be made as a result of the RFI. Furthermore, r espondents will not be notified of the results of any review of this RFI; however, clarification of submissions may be requested by the Contracting Officer. Additionally, all submissions become government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this RFI. The points of contact for the action are Mr. Anthony Russell at Anthony.Russell@mda.mil and Ms. Candice Tehrani at Candice.Tehrani@mda.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c33ab4037fa8674a17bb972e59d4118)
 
Place of Performance
Address: 5222 Martin Road, Huntsville, Alabama, 35868, United States
Zip Code: 35868
 
Record
SN02735853-W 20120503/120501235855-9c33ab4037fa8674a17bb972e59d4118 (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.