AWARD
S -- Chemcial Management Services
- Notice Date
- 5/16/2017
- Notice Type
- Award Notice
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
- ZIP Code
- 17070-5008
- Solicitation Number
- SP3300-16-R-5001
- Archive Date
- 5/30/2017
- Point of Contact
- Julie M Kemper, Phone: 7177704086, Meg M Ross, Phone: 717 770-6611
- E-Mail Address
-
julie.kemper2@dla.mil, margaret.ross@dla.mil
(julie.kemper2@dla.mil, margaret.ross@dla.mil)
- Small Business Set-Aside
- N/A
- Award Number
- SP3300-17-C-5003
- Award Date
- 5/15/2017
- Awardee
- Serco, Inc, 1818 Library Street, Suite 1000<br />, Reston, Virginia 20190-6276, United States
- Award Amount
- $21,432,906.66 Base Year; $101,484,886.52 If all options are exercised
- Description
- DLA Distribution has identified a continued need for Chemical Management Services (CMS) to be performed for DLA Aviation in support of the Fleet Readiness Centers (FRC) Southeast (FRCSE) located in Jacksonville, FL, Fleet Readiness Center East (FRCE) located at Cherry Point, NC, and Fleet Readiness Center Southwest (FRCSW) located at North Island, CA. The services will be advertised under solicitation SP3300-16-R-5001. The scope of this requirement includes utilizing Performance Based Logistics support in the form of Third Party Logistics (3PL) services and Contractor Logistics Support services. The Contractor will be required to perform the following: demand planning and forecasting, data management, processing and fulfillment, procurement and purchasing, customer service, receipt, physical inventory management, storage, issue, cart and locker management; issue center management; delivery, shipping, transportation, hazardous waste (HW) disposal preparation; and hazardous material (HM) tracking and environmental reporting for HM used by the customers at their maintenance activities and bases. The incumbent contractor is URS Federal Technical Services, Inc., performing under Contract SP3300-11-C- 0012. This contract expires July 27, 2016. The period of performance (PoP) dates for this requirement consist of a one year base period and four one year option periods. The base year will include a 120 day phase-in period. The Request for Proposals (RFP) will be issued pursuant to an unrestricted, full and open competition, FAR Part 15, Contracting by Negotiation; and evaluated in accordance with FAR 15.101-1, Tradeoff process, source selection procedures. The NAICS code and Size Standard are 493110 and $27.5 million, respectively. All documents related to this notice will be posted to the Federal Business Opportunities website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/Awards/SP3300-17-C-5003.html)
- Record
- SN04510710-W 20170518/170516234911-5ec3b8a84e64bfd2dbf6559f5bed7e28 (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 |