Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

70 -- SSC Pacific Virtual Warehouse

Notice Date
3/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-R-0001
 
Response Due
5/3/2016
 
Archive Date
6/2/2016
 
Point of Contact
Point of Contact - Jacob Ward, Contract Specialist, 619-553-4504; David W Jenkins, Contracting Officer, 619-553-6588
 
E-Mail Address
Contract Specialist
(jacob.ward@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Posted 30 March 2016 (RFP Release): The Department of the Navy, Space and Naval Warfare Systems Center Pacific (SSC Pacific) has issued solicitation No. N66001-16-R-0001 for the "Virtual Warehouse" which involves the procurement of approximately 1,500 commercial items. The purpose of this procurement is to (1) significantly reduce the lead time for SSC Pacific to procure and receive delivery of materials, equipment and supplies, and (2) to obtain those supplies at cost effective prices. These requirements support SSC Pacific and delivery of items will predominantly be to SSC Pacific facilities in San Diego (and other CONUS locations) but may also be required to OCONUS locations such as Hawaii and Guam. This requirement is being solicited as a 100% Small Business set-aside. The SSC Pacific Small Business Office (SBO) and SBA Procurement Center Representative (PCR) concurred with the acquisition strategy decision on 23 and 24 February 2016, respectively. A class non-manufacturer rule (NMR) waiver applies to the solicitation. This waives the requirement for a non-manufacturer to supply the product of a small business concern. For more information on non-manufacturer waivers, please see https://www.sba.gov/content/non-manufacturer-waivers. SSC Pacific intends on awarding a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) contract line items (CLINs). The prospective contract will have a one-year base period with two one-year option periods. The ordering ceiling is anticipated to be $10 Million per year. The NAICS code for this procurement is 334111 with a size standard of 1,000 employees for manufacturers and 500 employees for non- manufacturers. A Bidders Mailing List will not be established and hard copies of documents will not be provided. The solicitation is only available electronically on the Space and Naval Warfare Systems Command E-Commerce Web Page at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific - Open Solicitations. Any amendments, when issued, will also be available only on this web site. Matters posted on the web site are not terms of the solicitation unless the solicitation is written or amended to include such matters. FIRMS ARE ENCOURAGED TO REVIEW THE E-COMMERCE WEB SITE REGULARLY FOR UPDATED INFORMATION. There are no incumbent contractors. Questions are due no later than 23 April 2016. Posted 24 Feb 2016: CHANGE TO ACQUISITION STRATEGY - NOW A 100% SMALL BUSINESS SET-ASIDE - PLEASE READ UPDATED SYNOPSIS BELOW The following pre-solicitation synopsis replaces, in its entirety, the pre-solicitation synopsis posted on 30 September 2015: The Department of the Navy, Space and Naval Warfare Systems Center Pacific (SSC Pacific) intends to issue solicitation No. N66001-16-R-0001 for the "Virtual Warehouse" which involves approximately 1,600 commercial items (as reflected in the attached Draft List of Requirements). The purpose of this procurement is to (1) significantly reduce the lead time for SSC Pacific to procure and receive delivery of materials, equipment and supplies, and (2) to obtain those supplies at cost effective prices. These requirements support SSC Pacific and delivery of items will predominantly be to SSC Pacific facilities in San Diego (and other CONUS locations) but may also be required to OCONUS locations such as Hawaii and Guam. This requirement will be solicited as a 100% Small Business set-aside. The SSC Pacific Small Business Office (SBO) and SBA Procurement Center Representative (PCR) concurred with the acquisition strategy decision on 23 and 24 February 2016, respectively. A class non-manufacturer rule (NMR) waiver will apply to the solicitation. This waives the requirement for a non-manufacturer to supply the product of a small business concern. For more information on non-manufacturer waivers, please see https://www.sba.gov/content/non-manufacturer-waivers. SSC Pacific intends on awarding a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) contract line items (CLINs). The prospective contract will have a one-year base period with two one-year option periods. The anticipated ordering ceiling is anticipated to be approximately $10 Million per year. The NAICS code for this procurement is 334111 with a size standard of 1,000 employees for manufacturers and 500 employees for non-manufacturers. A Bidders Mailing List will not be established and hard copies of documents will not be provided. The solicitation will only be available electronically on the Space and Naval Warfare Systems Command E-Commerce Web Page at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific - Open Solicitations. Any amendments, when issued, will also be available only on this web site. Matters posted on the web site are not terms of the solicitation unless the solicitation is written or amended to include such matters. It is estimated that the solicitation will be released in the end of March 2016. FIRMS ARE ENCOURAGED TO REVIEW THE E-COMMERCE WEB SITE REGULARLY FOR UPDATED INFORMATION. There are no incumbent contractors. Draft List of Requirements is attached. Posted 30 September 2015: The Department of the Navy, Space and Naval Warfare Systems Center Pacific (SSC Pacific) intends to issue solicitation No. N66001-16-R-0001 for the "Virtual Warehouse" which involves approximately 1,600 commercial items (as reflected in the attached Draft List of Requirements). The purpose of this procurement is to (1) significantly reduce the lead time for SSC Pacific to procure and receive delivery of materials, equipment and supplies for new prototypes and projects, and (2) to obtain those supplies at cost effective prices. These requirements support SSC Pacific and delivery of items will predominantly be to SSC Pacific facilities in San Diego (and other CONUS locations) but may also be required to OCONUS locations such as Hawaii, Guam and Japan. This requirement will be solicited under full and open competition. The SSC Pacific Small Business Office (SBO) and SBA Procurement Center Representative (PCR) concurred with the acquisition strategy decision on 29 September 2015. SSC Pacific intends on awarding a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) contract line items (CLINs). The prospective contract will have a one-year base period with two one-year option periods. The anticipated ordering ceiling is anticipated to be approximately $10 Million per year. The NAICS code for this procurement is 334111 with a size standard of 1,000 employees. A Bidders Mailing List will not be established and hard copies of documents will not be provided. The solicitation will only be available electronically on the Space and Naval Warfare Systems Command E-Commerce Web Page at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific - Open Solicitations. Any amendments, when issued, will also be available only on this web site. Matters posted on the web site are not terms of the solicitation unless the solicitation is written or amended to include such matters. It is estimated that the solicitation will be released in Calendar Year (CY) 2015. FIRMS ARE ENCOURAGED TO REVIEW THE E-COMMERCE WEB SITE REGULARLY FOR UPDATED INFORMATION. There are no incumbent contractors. Draft List of Requirements is attached (entitled "Virtual_Warehouse_4PL- Requirements_List- 22_June_2015). Posted 25 September 2015: Please see the attached Questions & Answers (Q&A) from Industry Day. Posted 17 September 2015: Please see the attached List of Registered Industry Day Attendees and Industry Day Brief. The Industry Day Q&A (not included in the brief) will be posted within the next week or so. Posted 25 August 2015: INDUSTRY DAY: An industry day for this acquisition has been planned for September 14, 2015 at SPAWAR HQ. If you would like to attend, please carefully read and comply with the attached Industry Day Announcement and Instructions. Registration is mandatory. Late registrants will NOT be permitted to attend. Additionally, for informational purposes only, the Market Survey (which was posted in June and has already expired) and Draft List of Requirements are attached. To reiterate, the expired Market Survey is attached only for informational purposes. COMPLETED MARKET SURVEYS ARE NO LONGER BEING ACCEPTED so do not attempt to submit one as it will NOT be considered. Posted 15 July 2015: The deadline for submitting a completed survey is now extended until Friday, 17 July 2015. Posted 22 June 2015: Please see the attached (1) Market Survey and (2) Requirements List. SSC Pacific is considering a solicitation and subsequent award of an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the approximately 1,600 items listed in the attached Requirements List. The attached market survey is provided for potential suppliers to fill out, so that the Government can optimize its acquisition strategy and generate a realistic solicitation that enables SSC Pacific to achieve its goals for the procurement. The posting of this market survey does not constitute a Request for Proposal (RFP) or Invitation for Bid (IFB), nor does it in any way restrict the Government as to its ultimate acquisition approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c35169c676fab56de38c6d5f5ea01a38)
 
Record
SN04066527-W 20160401/160330234009-c35169c676fab56de38c6d5f5ea01a38 (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.