Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
SOURCES SOUGHT

V -- Import/Export Broker Services - Statement of Work

Notice Date
11/22/2013
 
Notice Type
Sources Sought
 
NAICS
488510 — Freight Transportation Arrangement
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-13-R-1544
 
Archive Date
12/27/2013
 
Point of Contact
Mary Ann Gardner, Phone: 4018327173, Christopher J. Kenney, Phone: 4018324828
 
E-Mail Address
maryann.gardner@navy.mil, christopher.j.kenney@navy.mil
(maryann.gardner@navy.mil, christopher.j.kenney@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Import/Export Broker Services Sources Sought #131544, NUWC Code1155, Import/Export Broker Services NUWC Division Newport is seeking information for potential small business sources to provide import/export brokerage services to pay the duty, custom, storage fees, and value added tax pursuant to import/export shipments necessary to meet emergent fleet requirements. This requirement includes worldwide shipments and may include a myriad of heavy freight items of an UNCLASSIFIED or CLASSIFIED nature. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The NAICS for this requirement is 488510 with a size standard of $14.0M. This procurement is a follow-on to N66604-13-P-3433, which was solicited UNRESTRICTED. The incumbent contractor is Masterpiece International Limited. All interested small businesses are encouraged to respond. The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists. All Small Business Set-Aside categories will be considered. The total level of effort is approximately 2,250 man-hours for the three (3) year duration. The anticipated performance period will span 3 years from the date of award; base and 2 one year options, if, and to the extent that all options are exercised. After review of the submitted Sources Sought, NUWCDIVNPT will release a Synopsis to Industry regarding the acquisition strategy/decision (i.e. UNREST, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business) prior to release of the final Request for Proposal (RFP). It is anticipated that the RFP will be posted in early January 2014, with contract award in late February 2014. The resulting contract will be Firm Fixed Price. Place of Performance: The Contractor shall affect delivery at destinations and origins which shall be site specific by the individual requirement. The following locations are anticipated sites in which the contractor shall facilitate shipments: Hawaii, Guam, Brazil, Canada, Italy, England, Scotland, Australia, France, Japan, Bahrain, Korea, China, Netherlands and Germany, as well as other remote locations that will be identified by NUWCDIVNPT. It is requested that interested small businesses respond with a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW to Mary Ann Gardner, Contracts Negotiator at maryann.gardner@navy.mil, by 14:00 EDT on 12 December 2013. Questions or comments must be submitted via email. Absolutely no requests for extensions will be honored. Late responses will not be considered. The Capability Statement must address, at a minimum, the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. • Name of Company and address • Confirmation of Company size status under NAICS Code 488999 • Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business • Two points of contact, including: Name, title, phone, and e-mail address • CAGE Code and DUNS Number Section 3. Past/Current Performance. Provide two (2) examples of prior/current corporate experience brokering international CLASSIFIED Department of Defense shipments within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 4. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information must include: • A copy of the responder's valid custom's broker's license issued by either the Department of Treasury or US Customs and Broker Patrol MUST be included with the capability statement. Broker's license MUST be issued to an employee of the Contractor's staff and not issued to a subcontractor's firm. • Contractor's Facility Clearance - state clearly whether or not Contractor currently possesses a Facilities Clearance and at what classification level. • The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW • The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified • Contractor's ability to begin performance upon contract award. Attachment (1) DRAFT Statement of Work (SOW) DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY. THIS CONTRACT MAY BE SOLICITED AND AWARDED VIA THE SEAPORT-e PORTAL, PENDING HIGHER HEADQUARTERS APPROVAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-13-R-1544/listing.html)
 
Record
SN03240215-W 20131124/131122234744-c9262c4491d6e280cf69db13db6a46b9 (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.