Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
MODIFICATION

R -- Just-In-Time Inventory Support (JITIS) - Solicitation 1

Notice Date
5/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-17-R-0006-JITIS
 
Point of Contact
Carl J. Schneider, Phone: 3214947855, Jody G. Desormeaux, Phone: 3214940511
 
E-Mail Address
carl.schneider.3@us.af.mil, jody.desormeaux.1@us.af.mil
(carl.schneider.3@us.af.mil, jody.desormeaux.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JITIS Price Matrix DD Form 254 Consolidated Inventory List JITIS CDRLs SCA Wage Determination JITIS PWS RFP RFP Synopsis Reference Number: FA7022-17-R-0006 Notice Type: Request for Proposal (RFP) Synopsis 1. NOTICE: This is a formal Request for Proposal (RFP) for the Just In Time Inventory Support (JITIS) contract. This is a synopsis for a competitive services acquisition as required by FAR Part 5.2. Attached to this FBO notice is the final RFP including all attachments. 1.1 The Acquisition Management and Integration Center (AMIC) Contracting Office, Patrick Air Force Base, Florida (AMIC DET 2 OL/PKA) has been tasked to solicit for and award a project for the Just-In-Time-Inventory Services (JITIS) Operations and Maintenance (O&M) Support. The contractor shall provide the following services: Provide the logistics to support Ciambrone Radiochemistry Laboratory (CRL) and include a Just-in-Time Inventory Support (JITIS) and supply chain management. This contract will support laboratory operations through improving laboratory efficiency, cost control and applying principles of just-in-time (JIT) logistics. The JITIS scope includes the implementation of a vendor managed inventory (VMI) approach to improve management of laboratory consumable inventory. The contractor shall provide equipment, software training, and sustainment of the implemented VMI system. 1.2 SECURITY REQUIREMENT: Contractor personnel will be required to have a valid Secret Clearance for accessing secured areas. Personnel accessing secured areas in performance of this contract shall have secret clearance no later than the first day of contract performance. 1.3 This acquisition will be conducted on a restricted basis as 100% Small Business Set-Aside. This service utilizes North American Industry Classification System (NAICS) code of 541614 – Process, Physical Distribution, and Logistics Consulting Services with a business size standard of $15.0M. The RFP will be available electronically on the FedBizOpps website only. Fax, telephone, written, or email requests for the solicitation package will not be honored. Contract award is anticipated for February 2018. 1.4 Potential contractors must be registered in the Central Contractor Registry to be eligible for award (see https://www.bpn.gov/ccr/default.aspx ). It is mandatory to obtain a DUNS number prior to registering in CCR by calling Dun & Bradstreet at 1-800-234-3867. All responsible firms may submit a proposal and shall be considered for contract award. PHONE CALLS WILL NOT BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern (VOSB), a Service-Disabled Veteran-Owned Small Business Concern (SDVOSB), a participant in the Very Small Business Pilot Program, or a Large Business based on the size standard above. 1.5 Proprietary information and trade secrets, if any, must be clearly marked on all submitted material. Information received that is clearly marked Proprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 2101-2108. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 2. PROGRAM DETAILS: 2.1 PREVIOUS CONTRACT/PROGRAM BACKGROUND: NONE 2.2 REQUIRED CAPABILITES – NEW REQUIREMENT: This is a non-personal services contract. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. The contractor shall manage its employees and guard against any actions that are of the nature of personal services, or give the perception of personal services. The contractor shall notify the Contracting Officer (CO) immediately if they perceive any actions constitute personal services. These services shall not be used to perform any Inherently Governmental Functions. 2.3 The period of performance is for five (5) years (base period plus options), plus an additional six (6) month extension of services (per FAR 52.217-8). The Government is contemplating the use of a Cost-Plus Fixed-Fee (CPFF) for transition-in/transition-out, Firm-Fixed-Price (FFP) for all O&M Labor CLINs, and Cost-Reimbursement (COST) for consumables to be purchased. Air Force Federal Acquisition Regulation Supplement (AFFARS) 5352.201-9101 Ombudsman (JUN 2016) is applicable. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Thompson St., Bldg 586, Rm 129, Comm: 757-764-5372, aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) All questions and answers (except those with source selection sensitive information) will be posted to FBO. Offerors may submit questions to the Contracting Officer at any time; however, questions received after 1600 Eastern Time on 5 June 2017 may not be answered prior to the solicitation closing date. Please read through the entire final RFP and attachments prior to submitting questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8cc192f894f6cf902d00cb4f001e85e3)
 
Place of Performance
Address: 10989 South Patrick Drive, Patrick AFB, Florida, 32940, United States
Zip Code: 32940
 
Record
SN04524473-W 20170528/170526234934-8cc192f894f6cf902d00cb4f001e85e3 (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.