Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOURCES SOUGHT

R -- Norfolk Super Servmart--supplies and services--N0018917R0016

Notice Date
5/1/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N00189SRVMART
 
Response Due
5/15/2017
 
Archive Date
5/30/2017
 
Point of Contact
Samantha Kleintank, Samantha.kleintank@navy.mil; Danielle Lafferty, Danielle.lafferty@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) / Sources Sought Notice : Subject to FAR clause 52.215-3 entitled śRequest for Information or Solicitation for Planning Purposes, ť this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide supplies and third party logistics (3PL) support services in support of NAVSUP Fleet Logistics Center (FLC) Norfolk ™s Servmart. 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 for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. Interested parties are encouraged to respond to this RFI / Sources Sought Notice. Scope This requirement is to acquire supplies and 3PL support services required by NAVSUP FLCN. The Government requires a contractor to operate a contractor-operated, commercial retail store and furnish all supplies, parts, equipment, and material needed by the Government in the following general commodity groups: office supplies/equipment, janitorial and sanitation items, industrial hardware, galley supplies/equipment, safety supplies/equipment, and tactical supplies/equipment. In addition, the contractor will be responsible for inventory and logistics distribution design, mobile store(s) operation, free delivery service, and participation in the Department of Defense (DOD) EMALL website for e-commerce ordering in Virginia ™s Hampton Roads area. Any potential contract resulting from this RFI / Sources Sought Notice is anticipated to be a single award, commercial, firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity (IDIQ)-type contract. See the draft performance work statement (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Norfolk Super Servmart, Norfolk, VA, and numerous locations throughout Hampton Roads, VA. NAICS Code The NAICS code for this requirement is anticipated to be 315220, Men ™s and Boys ™ Cut and Sew Apparel Manufacturing, with a size standard of 750 employees, based on the component which accounts for the greatest percentage of contract value. The federal supply classification (FSC) is 8405, Outerwear, Men ™s. This requirement is a follow-on to contract N00189-13-D-0001, which was solicited using NAICS code 452990, All Other General Merchandise Stores, and a current size standard of $32.5 million. The FSC was R706, Logistics Support Services. Previous Posting A related RFI/sources sought notice was posted as number N0018917R0016 on 30 March 2017, subject ś84 ”05, Outerwear, Mens ť and NAICS code 315220. Period of Performance Performance is estimated to commence around 14 June 2018. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. Standard company brochures will not be reviewed. Submissions are not to exceed four standard typewritten pages. All technical questions and inquiries may be submitted within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 8. A draft PWS is provided. Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy. Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS. Submission Responses should be limited to no more than four standard typewritten pages. Reponses should reference Servmart and shall be submitted by e-mail to Samantha Kleintank at samantha.kleintank@navy.mil and Danielle Lafferty at Danielle.lafferty@navy.mil by 2:00 p.m. Eastern time on 15 May 2017. Again, this is not a request for proposals. Respondents will not be notified of the results. Please note that the information within this RFI / Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189SRVMART/listing.html)
 
Record
SN04490957-W 20170503/170501234513-48020be8e71a3deae4abc3b2e44d07e2 (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.