Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOURCES SOUGHT

S -- Warehousing and Logistics Services

Notice Date
5/4/2012
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
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-R-0163
 
Archive Date
5/29/2012
 
Point of Contact
Shanna Cermak, Phone: 7323231576
 
E-Mail Address
shanna.cermak@navy.mil
(shanna.cermak@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT and is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is not a SOLICITATION. This is NOT a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. THIS NOTICE NOR PARTICIPATION FROM THIS NOTICE DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. *NOTE: 1. This requirement is NOT ONLY for Warehouse Space; it also includes the Services of "Receiving, Storage, Inventory Control and Delivery". 2. This effort will not be procured through this contracting office. DESCRIPTION: The general scope of this requirement is to provide information on: (1) available indoor and outdoor storage space; (2) security measures and regulatory compliance (3) operations CNIT is seeking potential sources of Contractor-owned/Contractor-operated (COCO) warehousing and logistic services, to include: receiving, storage, inventory control, and delivering of the following: Note: The following list is a sample of the anticipated supplies and does not represent actual storage requirements. Night Vision Devices (NVD) to include: AN/PVS-7B AN/PVS-7D AN/AVS-9 NVD AN/PVS-14 NVD AN/PVS-15 Night Vision Binocular Systems AN/PVS-23 NVDs with Pinnacle Tube NVD Image Intensifier Tubes Small Arms and Accessories to include: Rifle, 5.56mm M249 Machine Gun, 7.62mm M240B Machine Gun, 7.62mm M240H Grenade Launcher, 40mm M203 Rifle, 7.62mm Sniper M24 Machine Gun, Cal 50 M2 HB Flex Machine Gun, Grenade 40mm MK19 Rifle, 5.56mm M16A2 Rifle, 5.56mm M4 Mortar System, 60mm Mortar System, 81mm Ground Laser Target Designator (GLTD) III AN/PEQ-2A Infrared Aiming Laser PAS-13 (V3) Heavy Weapon Thermal Sight Tactical Clothing to include: Personnel Armor System for Ground Troops (PASGT) Helmets Individual Body Armor (Interceptor) Body Armor Insert Plates, Level II Intelligence, Surveillance, and Reconnaissance to include: Raven Unmanned Aerial Vehicle (UAV) System, RQ-11 Small Boats to include: Rigid Hull Inflatable Boats Aircraft Components to include: Radar Antenna (F-16) Engine, Gas, Turbine, Non Aircraft Drive Unit, Air Turbine AN/APG-68 Modular Low Powered Radio Frequency (MLPRF) Oscillator (F-16) Low Beacon (F-16) Radar Transmitter (F-16) Pressure Vessel (F-16) Traveling Wave-Tube (TWT) F-16 Non-Standard Stores System Tester (F-16) I-Level Adapter Set (F-16) O-Level Adapter Set (F-16) Calibration Adapter (F-16) Seal, Air, Antenna (F-100 Engine) Vane Assembly, Compressor (F-100 Engine) Duct Assembly, Air C (F-16) Nozzle, Augmentor Ex (F-100 Engine) Disc, Rotating (E-3A) Duct, Turbine, Aircraft (F-100 Engine) Nozzle Segment, Turb (F-100 Engine) Liner, Augmentor Com (F-100 Engine) AN/URT-44 (ACES II/III Version) AN/URT-44 (F-4/BA-22 Version) Blade Set, Compressor (F-100 Engine) Wheel, Landing gear (F-5) Valve, Assembly Brake (F-16) Pump, Submerged, Aircraft (F-5) Bearing, Roller, Cyclic (F-100 Engine) Limiter, Electrical (F-16) Synchronizing Ring (F-100 Engine) Modem, Communication (F-16) Valve, Regulating F1 Augmentor Nozzle SE (F-100 Engine) Fire Overheat, Detect (F-5) Heat Shield, Wheel, A (F-16) Seal, Augmentor, Nozz (F-110 Engine) Seal Ring, Labyrinth (F-100 Engine) Compressor, Aircraft (F-16) Seat, Bearing (F-100 Engine) Vane Assembly, Compressor (F-100 Engine) Regulator, Oxygen, Diluter Demand Starter, Engine, Electrical Communications to include: AN/PYQ-10 Simple Key Loader KG-40AR Parallel Device KGX-40AR Remote Control Units (RCU) MT-4417/S Parallel Mounts RT-1912C/APX-123 (V) Transponder Via Sat TS-4528A/U Multi-Channel DOCCT/S LN-100 Embedded GPS/INS CN-1706 Defense Advanced GPS Receiver (DAGR), PSN-13 AN/PRC-117G Radio AN/PRC-117F Radio AN/PRC-148 Radio AN/PRC-152 Radio AN/PRC-152v2 Radio Battle Command Brigade and Below (FBCB2)/Blue Force Tracker Quick Deploy Satellite Systems (QDSS) The Contractor shall have the capacity to store the above items up to twelve (12) consecutive months. The Contractor shall provide the Government, and/or Government sponsored Contractors, supervised access to storage facilitates to conduct a pre-award survey, post-award inspections, security reviews, no-notice inspections, and in order to accomplish scheduled maintenance of stored items. The Contractor shall comply with the following regulations, in the event of perceived contradictory regulations the more stringent shall apply: DoD 5100.76-M, Physical Security of Sensitive Conventional Arms, Ammunition, and Explosives The Contractor may be required to perform temporary non-local travel in accordance with the Joint Travel Regulations, and as directed by the requesting authority to support CONUS and OCONUS requirements. CAPABILITY: To maximize fair opportunity, all firms interested in performing these requirements may reply to this Sources Sought and shall provide the following: Capability Statement (limited to 10 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the Department of Defense, Central Contractor Registration CCR) database (http://www.ccr.gov); (c) demonstrate the ability to perform the requirement. Interested parties capability statement shall address the availability of the following: Indoor and outdoor storage space and location(s). Storage space that can be configured for hazardous, secure, rack, bin, bulk and open storage. Utility Services (water, sewage, and electric). Alternate utilities to provide for basic operations in the event of a commercial power failure. Physical Security (Intrusion Detection Systems, entry control points, armed sentries, perimeter security measures, closed circuit television, magazines). Material handling equipment and licensed/certified operators. Secure communications. Controlled atmospheric conditions. Interested parties capability statement shall attest to receipt, storage, inventory control, and deliver of hazardous and non-hazardous material in accordance with applicable federal, local, and international laws and regulations. Relevant Experience (limited to 4 pages) in projects of similar size, scope and complexity, citing dollar value within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work. The Contractor shall include in their relevant experience pre-award Site Survey findings and post-award Site Review findings. The Contractor shall advise their NAICS code(s) and business size status in their response. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All information related to this procurement will be available on this website through the date of any award. All interested parties capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Shanna Cermak at shanna.cermak@navy.mil by 14 May 2012, 1300 Eastern Time (EDT). Please send your response in PDF or MS Word format. Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED The decision to solicit for a contract shall be solely the Government's discretion. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0163/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02739974-W 20120506/120504235657-5f3f3bf5c059c464efef2aebfc1128e8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.