Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOURCES SOUGHT

S -- Chemical Management Services 3PL Hazardous Materials

Notice Date
12/19/2019 11:17:45 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-20-SS-5010
 
Response Due
1/6/2020 9:00:00 AM
 
Archive Date
01/21/2020
 
Point of Contact
Eric S. Berns, Phone: 7177704282, Jada A. Weaver, Phone: 7177704378
 
E-Mail Address
eric.berns@dla.mil, jada.weaver@dla.mil
(eric.berns@dla.mil, jada.weaver@dla.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR PURPOSES OF CONDUCTING MARKET RESEARCH. �THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. �REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. �The DLA Distribution J7 �is conducting market research to determine the extent of small and large business sources capable of performing Chemical Management Services (CMS) as a 3PL Hazardous Materials (HM) provider with responsibility for supporting a retail industrial direct support maintenance depot and production lines for various weapons systems.� Objectives for this effort are aligned with the DLA Strategic Plan for strengthening service and combatant command readiness and lethality. CMS is a business model in which DLA and the industrial maintenance activities are purchasing chemical services rather than just chemicals.� These services encompass all aspects of the chemical management lifecycle including procurement, inventory management, delivery/distribution, use (including chemical substitute research), collection, monitoring and reporting, training, disposal, and continual process efficiency. Under this effort, interested parties would be accountable for the quality and quantity of services provided that reduce chemical lifecycle costs, risks, and environmental impacts, not just the volume of material sold.� Interested parties shall be capable and willing to invest in the inventory objectives to reduce inventory costs; maintaining a proactive approach to providing positive customer support; maintaining a continuous workforce training program that includes all aspects of CMS, and employees who are qualified and are held accountable for successful performance and warfighter support. Interested parties will address their capability for providing compliant CMS support (labor and materials) to authorized customers IAW the work effort described below that includes but is not limited to: ������a) Continuously seeking opportunities to improve through process management to achieve best value�logistics solutions. ����� b) Creating and refining business processes emphasizing end to end supply chain management and cradle to grave management of Hazardous Materials (HM) and Hazardous Waste (HW). ����� c) End to end management of HM to include: ���������� 1) Continual demand analysis to enhance buying power and pinpoint improvement opportunities; ���������� 2) Employment of business practices that employ sound risk management principles; ���������� 3) CMS program management that includes environmental, safety, and quality control; ���������� 4) Inventory management resulting in stock levels with the flexibility to adjust to normal and changing� productions schedules and warfighter needs; ���������� 5) Establishment of inventory management processes that supports a broad range and depth of HM subject to fluctuating demands and inventory levels; ���������� 6) Building strong relationships with industry suppliers to deliver cost-effective innovative solutions; ���������� 7) Obtaining competition and procuring HM in the size and type of containers that minimizes losses and costs; ���������� 8) Building agile, adaptable relationships with a diverse customer base., and responsive �������d) Providing organic (contractor or commercial) transportation to deliver HM to various locations. ������ e) Managing a centralized storage capability for the receipt, storage, and issuing of HM. �������f) Managing issue centers/pharmacies and HM carts supporting industrial maintenance work centers. ������ g) Managing Point of Use (POU) lockers located throughout numerous industrial maintenance facilities. ������ h) Utilizing a Government HM/HW Management System to perform cradle to grave inventory management, disposal of HM, and environmental reporting. ������ i) Providing an Inventory Management Tool that includes as a minimum, the functionality for: ������������������ 1) Demand forecasting, trend analysis, sales monitoring, and reporting ������������������ 2) Inventory visibility, view of inbound and outbound inventory, tracking ������������������ 3) Order processing, customer receipt documents, recording sales, and invoicing ������������������ 4) Real time status of customer orders ������� j) Performing accountability of HM products by specific chemical constituents from cradle to grave ������� k) Providing an approved purchasing system for HM to ensure a fair and reasonable pricing of 3PL HM issued to the approved customers ������� l) Executing OSHA, DoD Hazard Communications (HAZCOM) Standards, Environmental, Safety, and Occupational Health regulations The anticipated North American Industrial Classification System (NACIS) code for this acquisition is 561210, Facilities Support Services. In order for the DLA Distribution J7 to properly gauge the capability of the small and large business community, interested concerns must provide: ������� a) A capability statement (limited to 10 pages in length, singled-spaced, 11 point font minimum) demonstrating the ability to perform the efforts above. �This statement should specifically describe your firm�s ability to provide adequate staffing to perform simultaneously at different locations. Would it be beneficial to consolidate performance on all sites under 1 contract or to spread out support under multiple contracts? ������� b) Relevant Experience (limited to 5 pages) within the last five (5) years, including contract number, indication of whether a prime or subcontractor, contract type (indefinite delivery contract or definitive contract and pricing arrangement for material (Cost Reimbursement, Firm-Fixed-Price, etc.)), contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work described above. ������� c) Confirm in the response that the interested business has an Accounting System approved by DCAA. Identify if the interested business has an approved Disclosure Statement. ������� d) Identify in the response whether the interested business is a large business, small business, or service disabled veteran-owned business. ������� e) Provide a primary point of contact (POC) with mail address, email address, and telephone number. In addition DLA Distribution J7 is requesting the following input from interested concerns (limited to 5 pages in length, singled-spaced, 11 point font minimum): ������� a) Is there a recommended acquisition strategy you would have for multiple sites? ������� b) In what ways could we improve our requirement?� What Performance Work Statement (PWS) recommendations do you have? ������� c) What line item (pricing) structure would incentivize your firm most to control material costs and rates? ������� d) Have you ever considered proposing on a previous DLA CMS requirement, but did not submit a proposal?� If so, what influenced your decision?� What are some parameters that might influence you to submit a proposal on a future acquisition?� All small and large business sources capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Eric Berns, Contract Specialist via email at Eric.Berns@dla.mil by January 6, 2020 12:00, p.m. EST.� If emailing your response, please send it in PDF or MS Word format and reference Chemical management Services Sources Sought in the subject of your e-mail. �Do not include or attach brochures in addition to your response. �The Government will not reimburse any concern for any information that is submitted in response to this Sources Sought request. Any information submitted is voluntary. �The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b818020899044080a4618b91be6f44f5/view)
 
Record
SN05521891-F 20191221/191219230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.