Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

R -- Supply Chain Mamagement

Notice Date
1/18/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8101-18-R-JW01
 
Archive Date
2/17/2018
 
Point of Contact
William Schnoberger, Phone: 405-739-2101, Donald J. Wallar, Phone: 4057397664
 
E-Mail Address
william.schnoberger.2@us.af.mil, donald.wallar@us.af.mil
(william.schnoberger.2@us.af.mil, donald.wallar@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
72 LOGISTICS READINESS SQUADRON SUPPLY CHAIN MANAGEMENT - Competitive 8(a) THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to perform duties as a Supply Chain Management, General Warehousing & Storage, & Munitions Storage Area functions for the 72 Logistics Readiness Squadron at Tinker AFB Oklahoma. The Government does not intend to award a contract on the basis of this market research. No funds are available to pay for solicited information. The proposed North American Industry Classification Systems (NAICS) code is 561210 (Facilities Support Services), which has a corresponding Size Standard of $38.5M. The Government is seeking capabilities statements from all potential 8(a)s. INSTRUCTIONS: 1. Below is a document containing a description of the 72 Logistics Readiness Squadron Supply Chain Management requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If you want to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. Description of Services: 1.0 General Supply Services. This contract provides personnel, equipment, tools, vehicles (including but not limited to warehouse swing-reaches, cherry-pickers, or forklifts), materials, supervision, and other items and services necessary to perform Base Supply Operating Support, except Government Furnished Property (GFP) at Tinker Air Force Base (TAFB), Oklahoma, and includes tenant units, Air Force Detachments, Satellites, and other off-base activities. The Contractor shall be responsible for the supply, equipment and munitions accounts. The Contractor shall requisition, receive, inspect, store, issue, deliver, ship, transfer and dispose of supplies, equipment and munitions assets to support customers on TAFB to include tenant units and transient customers. The Contractor shall perform these duties in the following functional areas: Precious Metals Recovery Program (PMRP), Due-in-from-Maintenance (DIFM), Repair Cycle, Individual Equipment Unit (IEU), Bench Stock, Time Compliance Technical Order (TCTO), Supply Point, Demand Processing, Research, Hazardous Material Management System (HMMS), Stock Control, Equipment Management, Procedures and Analysis, Inventory, Readiness and Mobility, Customer Training, Document Control, and Munitions as directed by the Government in accordance with Air Force Instruction (AFI). The Contractor shall process Depot Maintenance Accountability and Production System (DMAPS) rejects. The Contractor shall perform all administrative, filing and office correspondence procedures. The Contractor shall be the facility manager for buildings and shall be responsible for locking the facilities at the end of each work day or when accessed after normal duty hours. On base pick-up and delivery of Base Supply Repair Cycle, Bench Stock, MSI's, and munitions items is required. The contractor shall provide sustainment functions for the Item Unique Identification (IUID) process. 1.1 Inventory Control. The Contractor shall process transactions, maintain accounting documentation, establish and maintain item records, support records and reconcile accounting records to align with physical inventory results. The Contractor shall maintain accurate inventory records by conducting required inventories and reconcile discrepancies noted during physical inventories IAW procedures in IAW AFI 23-101 and AFI 21-101. The Contractor shall perform all of the functions of the Equipment Accountability Element (LRS EAE) as outlined in AFI 23-101, Chapter 1. 1.2 Customer and Training Services. The Contractor shall train supply customers (Government and other Contractors) in supply processes, including procedures for ordering and managing supplies and equipment assets IAW AFI 23-101. The Contractor shall provide a central point for resolving customer problems or answering customer questions. The Contractor shall serve as a liaison between Air Combat Command (ACC) tenant customers and the ACC Regionalized Supply Squadron (RSS). 1.3 Mobility Support. The Contractor shall assume management responsibilities for Air Force Materiel Command (AFMC) and Air Force Reserves (AFRES) mobility bags, including Supply Data Base management, and Individual Body Armor (IBA). The Contractor shall store, manage, maintain, inventory and deploy Mobility Bags, Mobility Readiness Spares Packages (MRSP), Mission Support Kits (MSK), Gas Masks, CWDE and IBA. The Contractor shall participate and provide Base Supply support to base exercises, Major Command (MAJCOM) inspections Unit Compliance Inspection (UCI), Operational Readiness Inspection (ORI) and higher headquarter inspections and mobility deployments. 1.4 Munition Support. The Contractor shall comply with procedures for the management and operations of the Munitions Storage Area (MSA). The Contractor shall provide customer service to military units assigned to the Oklahoma City metro area, perform all daily munitions operations to comply with the safety requirements, and conduct munitions custodian training to individuals appointed by their organizational Commander. The Contractor shall inventory munitions stock and custody assets and correct discrepancies on the spot, maintain physical inventory control, secure storage and authorized use of munitions. The Contractor shall establish procedures to ensure munitions scrap and residue is certified and turned in monthly to Environmental Management. Munitions inspectors must have completed Munitions Inspector Training and Certification using the USAF Qualification Training Package (AFQTP) for Munitions Inspector Training and Certification, and any local requirements (e.g., Senior Inspector Assessment, Quality Assurance evaluations). The Contractor shall ensure all non-nuclear munitions and their components are maintained according to the applicable item technical orders. The Contractor shall determine serviceability, potential hazards and possible deterioration of munitions assets by performing inspections to ensure form, fit and function is met, determine and assign appropriate condition codes and ensure proper tagging, marking and packaging of munitions assets is accomplished IAW item technical orders. The Contractor shall receive, store, handle, issue and transport munitions, provide courtesy storage for organizations with no secure storage capability, prepare and schedule munitions for shipment. The Contractor shall perform housekeeping in the munitions structures for the storage of explosives and post explosives limits in each magazine and igloo; maintain, test and inspect lightning protection systems and intrusion alarms for munitions structures. The Contractor shall use the Combat Ammunition System (CAS) as the approved munitions tracking system. The Contractor shall ensure all required base stock and custody account inventories and appointment letters are current. Upon notification by Security Forces, the Contractor shall perform munitions laden vehicle safety inspections on arriving vehicles during normal duty hours, after normal duty hours, weekends, and holidays. Contractor shall be responsible to respond within 30 minutes of Security Forces notification during normal duty hours. Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Submit information to (william.schnoberger.2@us.af.mil) no later than 15:00 CST 3 February 2018. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities for generating, handling, processing and storing equipment, munitions, parts, accessories, and classified material and data. 4. Describe your company's capabilities for tracking deployed equipment, transferring outbound/inbound equipment, processing hazardous materials, stock control, inventory control procedures. 5. Describe your company's capabilities and experience in following technical data, supply manuals and a variety of Air Force and DoD publications. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 6. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). a. Provide a detailed quality plan implementing AS9100 (or equivalent). B. Services Questions 1. Describe your services capabilities and experience with regard to the requirements of this effort listed in para 1.0 thru 1.4. 2. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Services Provided 3. Describe your process for maintaining inventory records, quality control records, process and procedures for personnel training and reporting on hand/work. 4. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance. Submit information requested above via email to william.schnoberger.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8101-18-R-JW01/listing.html)
 
Place of Performance
Address: Tinker AFB, United States
 
Record
SN04793594-W 20180120/180118231609-215ce612bd59af61f0764d06ec515646 (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  © 1994-2020, Loren Data Corp.