Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2002 FBO #0111
SOURCES SOUGHT

R -- Sources Sought for Hazardous Material Operations

Notice Date
3/21/2002
 
Notice Type
Sources Sought
 
Contracting Office
N00244 Naval Base 937 North Habor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N00244-02-R-0031
 
Response Due
4/2/2002
 
Point of Contact
Kristine Boyles (619) 532-2553 kristine_r_boyles@sd.fisc.navy.mil
 
E-Mail Address
Email your questions to Click here to e-mail the contract specialist
(kristine_r_boyles@sd.fisc.navy.mil)
 
Description
The Fleet and Industrial Supply Center (FISC), San Diego is currently planning a procurement for Commander Navy Region, Southwest (CNRSW) Consolidated Hazardous Material Operations. This requirement is a follow-on effort with a revised Performance Work Statement and scope to Contract N00244-01-C-0015. The Contractor shall manage the CNRSW Consolidated Hazardous Material Reutilization and Inventory Management Program (CHRIMP) work effort and all other functions which will be set forth in the Performance Work Statement (PWS) to ensure fully adequate, timely, and efficient completion of Hazardous Material Operations. The CHRIMP methodology will be used to perform these functions. Included in these functions is a range of management duties, which includes but may not be limited to those listed below: CHRIMP implementation; Material management; Inventory replenishment; Materia l receipt, stow, and issue; Excess and reuse material receipt; Empty and partial container tracking, receipt and reissue; Hazardous Waste (HW) handling, documentation and disposition; HM locker inspection; Material Safety Data Sheets (MSDS) customer support; Material certification for transportation; Public relations/customer marketing; Participation/management of other Pollution Prevention (P2) programs; Update AUL data in government designated software (GDS); Maintain Containment berms; Manage bulk HM; HM kits and support package assembly; Legacy system data base management; Business metrics creation, processing and management; HW processing and management; Spill response services; Sampling services; Operate NADEP North Island Issue Centers (IC); Shelf-life management; Provide customer accommodated storage The proposed acquisition strategy for this requirement is for a b ase year commencing 01 October 2002 with four one-year options. Both service and supply CLINs are anticipated. Offerors will own and maintain the inventory at all sites except for Naval Aviation Depot (NADEP) where the inventory is Government-owned. The successful Contractor shall have available, on the first day of Full Contract Performance, at a minimum, all material listed by Site in Technical Exhibit (TE) 6a which will be provided with the Performance Work Statement (PWS), to sustain mission capability and meet customer requirements. TE6a has been established by the government based on actual demand history and is considered a minimum level required to perform on this contract. This 15-day endurance level of inventory shall not be construed as the total range and depth of line items required to perform on this contract. Interested parties with proven experience in the area of Hazardous Materials Operations as summarized above are requested to provide a brief (no greater than 3 pages), but complete capabilities statement to Ms. Kristine Boyles via e-mail (kristine_r_boyles@sd.fisc.navy.mil) preferably by 28 March 2002 but not later than 02 April 2002. The capabilities statement shall include the company name and address, business size, point of contact to include e-mail address and telephone number, as well as recent and relevant past performance information. Telephone and facsimile responses to this synopsis will not be accepted. This acquisition will be conducted under North American Industry Classification System (NAICS) 561210, which establishes a small business size standard of $5M. All respondents are requested to indicate business size; Large, Small, SDB, or 8(a). The proposed acquisition may be competed as a small busi ness set-aside based upon the number of responses from small business concerns and identification of their technical abilities. Industry will be afforded the opportunity to have an exchange with the Government at an Industry Day Briefing to be held April 02, 2002, 9:00AM at Fleet and Industrial Supply Center (FISC), (Building 1, 3rd Floor, Pacific Room) 937 North Harbor Drive, San Diego, CA 92132-0060. Attendance at Industry Day is limited to two representatives from each interested offeror due to the size constraints of the facilities. Visit Requests are required to be sent to Kristine Boyles by facsimile ((619)532-1088) no later than March 29, 2002 for those people interested in attending Industry Day. Visit Requests shall be in the format of a signed letter on company letterhead with the following information: Name, SSN, birth date, place of birth, & citizenship of all personnel needing access to base; Solicitation number, destination, and intention of all personnel for which access is being requested, and dates of required access for each. Additionally, Contractors are requested to provide to each of their employees needing access a picture ID card issued from the company or from the government. NOTE: You are requested to be patient and cooperative and to plan ahead as much as possible. Inspections of possessions and ID are standard practice now. It is expected that a draft Performance Work Statement (PWS) detailing the requirement with technical exhibits to include TE 6a previously referred to herein will be uploaded to Navy Electronic Commerce Online (NECO) at www.neco.navy.mil prior to Industry Day.
 
Web Link
Click Here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00046668-W 20020323/020321213402 (fbodaily.com)
 
Source
FedBizOpps.gov 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.