SOLICITATION NOTICE
R -- Distribution Labor for Temporary, Intermittent Support of the Defense Logistics Agency (DLA) and Defense Distribution Center (DDC) Mission
- Notice Date
- 1/8/2010
- Notice Type
- Presolicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-10-R-0009
- Point of Contact
- BRIAN R ROSE, Phone: 717 770-4673, MEDARD R KOWALSKI, Phone: 717 770-5979
- E-Mail Address
-
brian.rose@dla.mil, medard.kowalski@dla.mil
(brian.rose@dla.mil, medard.kowalski@dla.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Defense Distribution Center (DDC) has a requirement to provide distribution labor services for temporary, intermittent support of the Defense Logistics Agency (DLA) and DDC mission. The type of services include planning, program management, executing effective and efficient receiving, storage, physical inventory, packaging, care of supplies in storage (COSIS), stock control, stock selection, issue processing, packing, shipping, traffic management support, distribution of material, container fabrication, material processing center (MPC) functions, consolidation and containerization functions, ocean terminal operations, and kitting. A contract is required to support excess workload due to surge and Government labor shortages in order to avoid any degradation to the DDC/DLA mission. Urgency and termination issues are sometimes difficult to address as they relate to temporary hiring of Government employees and the bureaucracy and governing labor regulations. A contract for labor to support workload surges and distribution contingency operations on an as needed basis would provide for a “stop-gap” measure for unforeseen, unplanned, situations that the DDC’s current workforce cannot absorb with regular work, overtime, reassignment, or temporary or permanent hiring actions. This contract will provide labor to support workload surges, unforeseen/unplanned workload, contingency operations and special projects in DLA/DDC locations across the Continental United States (CONUS) and Hawaii. The DDC is seeking offerors to perform the above functions which will be evaluated utilizing a Lowest Price / Technically Acceptable source selection procedure. This procurement will be set-aside for a contractor qualified in accordance with Section 8(a) of the Small Business Act, using competitive procedures. DDC anticipates a DRAFT solicitation will be released on or about 15 January 2010 and the final solicitation to be released on or about 08 February 2010. It is anticipated that the resultant contract will result in a Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery / Indefinite Quantity (ID/IQ) contract with cost reimbursement (no fee) contract line items. The labor will be accomplished under the CPFF portion while materials and support costs as well as travel/training/conference costs will be reimbursed under the cost reimbursement (no fee) portion. The Government may issue a single award OR up to as many as four (4) awards from the solicitation. The contract period of performance is anticipated to be a one-year base period and four one-year options. A pre-proposal conference is expected to be conducted at DDC. Time and locations will be published on the Federal Business Opportunities website. The NAICS Code and Size Standard are: 493110 and $25.5 million, respectively. All documents to this solicitation will be posted to the Federal Business Opportunities website (http://wwww.fedbizopps.gov/) under solicitation SP3300-10-R-0009. Contracting Office Address: Defense Distribution Center 2001 Mission Drive, Bldg 404 DDC-J7(AB) New Cumberland, Pennsylvania 17070-5000 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-R-0009/listing.html)
- Place of Performance
- Address: DLA/DDC locations throughout the Continental United States (CONUS) and Hawaii, United States
- Record
- SN02038524-W 20100110/100108235714-1fe0e19d03996f1337e8f47f7f3cf820 (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 |