Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOURCES SOUGHT

R -- Logistics and Physical Distribution for Chemical & Biological Warfare Individual Protection Systems and Surface Life Support Systems for Extreme Environments Life Cycle Management Support.

Notice Date
1/23/2013
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
N61331 Naval Surface Warfare Center Panama City Division 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133113SNQ02
 
Response Due
2/7/2013
 
Archive Date
3/7/2013
 
Point of Contact
Tim Reed
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Announcement request for information is for market research and will be utilized for planning purposes only. This is not a solicitation for proposal and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). The Naval Surface Warfare Center Panama City Division is seeking sources to provide Logistics & Physical Distribution in support of the Life Cycle Management Support to the Extreme Environments Life Support Division. The Extreme Environments Life Support Division is organized into two (2) major categories: PC20 “ Chemical & Biological Warfare Individual Protection Systems and PC34 - Surface Life Support Systems for Extreme Environments. The Division performs complete life cycle management for assigned equipment and systems. This sources sought announcement is for both PC20 and PC34. Potential sources are required to support to Program Managers, Program Offices, Technical Authorities, In-Service Engineering Agents (ISEA's), Acquisition Engineering Agents (AEA's), Technical Direction Agents (TDA's)/Design Agents (DA ™s) that support the Department of Defense's Chemical, Biological Defense (CBD) programs, Damage Control & Firefighting (DC/FF) programs, and Personal Protection Systems (PPS) Programs. Potential services to be provided will span the entire spectrum of mission areas, as well as professional support services to the overall Navy, and other Government organizations. Services within the functional areas identified below will be required for new product areas, programs, or missions, which are assigned to these activities during the life of the contract. Services to be provided are categorized into functional services areas as follows: 1. Logistics Support 2. Physical Distribution 3. Program Support 4. Engineering, System Engineering and Process Engineering Support 5. Training Support 6. Information System (IS) Development, Information Assurance (IA), and Information Technology (IT) Support 7. Centralized Sustainment of Assets 8. Research and Development Support 9. Quality Assurance/Quality Control Support 10. Material Procurement Support 11. Technical Data Support 12. Software Engineering, Development, Programming, and Network Support The majority of the required support falls within Logistics & Physical Distribution mission areas. In evaluating contractor capability, the Government shall also consider the following: A. Successful completion of a DCAA Accounting Audit on contracts requiring tracking of timesheets, timecards, payroll, ODCs, and indirect costs with complex task distribution. B. Institution of a Registered Process Improvement Program, e.g. ISO 9000 or CMMI, and examples of use in performance of contract tasking. C. Successful completion of a Contractor ™s Purchasing System Review. D. Institution of an acceptable estimating system in accordance with DFARS 215.407-5-70. E. History and capability to expeditiously support and manage multi-million dollar material purchases. F. History and capability of processing Kits as part of the Logistics process. G. History and capability of providing annual field support (e.g. fit test and sizing) to approximately 45,000 Military Personnel. H. History and capability to manage workforce of greater than one hundred (100) full-time equivalents spread across twelve or more CONUS and OCONUS locations. I. History and capability to ensure a workforce of greater than 100 full-time equivalents have and can maintain a position of Public Trust or a National Clearance in order to access CUI or higher classified materials J. Successful experience with U.S. Customs Clearance on American Goods Returned. Interested contractors should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. There is no specific format or outline submittals must follow. Submittals should be no longer than 15 pages in length. Provide qualification information (type and duration of employee experience relevant to the requirements) and the level of involvement (prime or sub-contractor) and time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Foreign participation in this request for information is excluded. Only prime contractors should respond. A list of responding prime contractors will be furnished to potential subcontractors upon request. All responses shall include the following company information: i. Company name and address. ii. Company business size by North American Industry Classification System (NAICS) code. iii. Small Business Type, if applicable. iv. Small Business Graduation Date Company size. Provide number of employees and average annual revenue. v. List any multiple award contracts that your company holds. vi. Point of Contact for questions and/or clarification. vii. Telephone number, fax number, and email address. viii. If proposing as a prime and considering the type of capability required for this work, would your company alone be capable of performing 50 percent of the work for this requirement? At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. ix. If your company is considering priming this contract and is required to perform at least 50 percent of the work, how would work beyond in-house capabilities be handled? x. Identify the risk areas associated with this effort? Identify how risks could be mitigated? xi. North American Industry Classification Systems (NAICS) code. The NAICS Codes determined appropriate for this acquisition is 541614. xii. Can your company prime a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. xiii. Does your company currently have a DCAA approved accounting system? Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Any proprietary information submitted in response to this synopsis will be appropriately protected when clearly identified as proprietary. Submitted materials will not be returned, and will be destroyed. Submissions shall not contain any classified information. Responses are requested within 15 days. Interested Offerors may submit their interest and required documentation via e-mail to Contract Specialist “ Tim Reed at tim.e.reed1@navy.mil by 5:00 P.M. CST, on 07 February 2013. Requests must be marked with the synopsis designation number: N61331-13-SN-Q02. FSC Code: R706 NAICS Code: 541614, Small Business Size Standard: $14.0 Million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dd263da6131afe920208829b773ec3bb)
 
Record
SN02970472-W 20130125/130123234227-dd263da6131afe920208829b773ec3bb (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.