DOCUMENT
R -- Third Party Logistics (3PL) Hazardous Material (HAZMAT) Functions. - Attachment
- Notice Date
- 4/19/2012
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- Solicitation Number
- 0001300250762
- Response Due
- 4/30/2012
- Archive Date
- 5/15/2012
- Point of Contact
- Ed Stolle
- E-Mail Address
-
lle@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Subject to The Federal Acquisition Regulation (FAR) Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Sources sought notice to determine whether qualified and experienced sources are able to provide Third Party Logistics (3PL) Hazardous Material (HAZMAT) functions. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. This requirement is under the guidelines of the Consolidated HAZMAT Reutilization and Inventory Management Program (CHRIMP) as required by NAVSUP Fleet Logistics Center (FLC) Norfolk, HAZMAT Operations Division. The required functions and integrated supply services will be comprised of material supply and support, inventory control, receipt inspection, and warehousing. The contractor duties shall also include but not limited to administrative duties using innovative methods to reduce the cost of HAZMAT, continuous process improvement, and establish an integrated supply chain management system. Contractors will be required to have a proven HAZMAT inventory management system given that the HAZMAT inventory at each site will be primarily contractor owned, but may include some residual Government owned A condition HAZMAT products. Below is a list of the full range of the contractor management duties: HAZMAT Management Receive material Inventory replenishment Perform inventory management functions Material Safety Data Sheets (MSDS) customer support Material certification for transportation Participation in other Pollution Prevention (P2) programs as requested Manage bulk HAZMAT HAZMAT kits and support package assembly Spill control Shelf-life management Maintain a just-in-time inventory of gas cylinders Place of Performance (Site Locations) The performance of this work will be at the following locations Naval Air Station (NAS) Patuxent River, MD; Naval Support Activity (NSA) Annapolis, MD; Naval Support Facility (NSF) Dahlgren, VA; Joint Base Anacostia-Bolling (JBAB), Washington, DC; Washington Navy Yard, Washington, DC; NSF Carderock, Bethesda, MD; NSF Indian Head, Indian Head, MD; Philadelphia Naval Business Center (PNBC), Philadelphia, PA; NSA Philadelphia, Philadelphia, PA; and NSA Mechanicsburg, Mechanicsburg, PA. NAICS Code The NAICS Code for this requirement is 561210, Facilities Support Services, and the Size Standard is $35.5M. Anticipated Contract The proposed contract will be a single award, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract, with Firm Fixed Price (FFP) provisions. Period of Performance The requirement for 3PL HAZMAT operations will consist of a one-year base period and option provisions to incorporate four one-year option periods thereafter. Package Submissions - No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up requests. The Government intends on staffing the site locations with Government personnel; therefore, the entire FFP requirement will be for the purchase of materials and contractor on-site inventory oversight and management labor. The contractor must be able to acquire between $7 and $10 million dollars of inventory per year between all sites. Contractor must provide a capabilities statement displaying their ability to acquire, obtain, and maintain the stated dollar amount material. Interested firms shall complete and submit provide the following information: (A) A documents summary (no more than a 5 pages) to demonstrate the organizations financial and technical capability to perform the functions listed above. (B) Past Performance Information Form (Attachment 1) to address the company s experience in performing tasks (maximum of 5 contracts) that are relevant to those described above. (C) The organization s business size under NAICS 561210 (large business, small business, veteran-owned small business, service disabled veteran-owned small business, HUBZone small business, 8(a), small disadvantaged small business, and/or woman owned small business). Proprietary information submitted will be protected, when so designated. (D) Teaming arrangements will be permitted. If your company intends to form a teaming arrangement for this procurement, provide a discussion of the teaming relationship. If the teaming partners are already identified you should provide the name(s) of all teaming partners, the anticipated type of teaming arrangement(s), address the specific attributes each member will provide, and include the applicable experience for each member. In some cases, you may be able to form a joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture not each individual member (13 CFR 125.6(i)). No telephone calls requesting a solicitation will be accepted or acknowledged. There is no solicitation available at this time. Any information received in response to this announcement will be used to determine the availability of interested sources that are qualified to provide the 3PL HAZMAT functions. Any questions or requests for clarifications related to this announcement shall be submitted in writing to the Contract Specialists, Mr. Ed Stolle via email to ed.stolle@navy.mil by 4:30 P.M on 30 April 2012. Written responses to this announcement shall be submitted electronically to the referenced email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/0001300250762/listing.html)
- Document(s)
- Attachment
- File Name: 0001300250762_PAST_PERFORMANCE_QUESTIONNAIRE.doc (https://www.neco.navy.mil/synopsis_file/0001300250762_PAST_PERFORMANCE_QUESTIONNAIRE.doc)
- Link: https://www.neco.navy.mil/synopsis_file/0001300250762_PAST_PERFORMANCE_QUESTIONNAIRE.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 0001300250762_PAST_PERFORMANCE_QUESTIONNAIRE.doc (https://www.neco.navy.mil/synopsis_file/0001300250762_PAST_PERFORMANCE_QUESTIONNAIRE.doc)
- Record
- SN02727136-W 20120421/120420001108-22fd6326765ac836db603dac3cea6932 (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 |