Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2024 SAM #8194
SOURCES SOUGHT

B -- Navy Defense Fuel Support Point Manpower and Risk Study

Notice Date
5/2/2024 10:43:25 AM
 
Notice Type
Sources Sought
 
NAICS
5419 —
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924DFSPManpowerStudy
 
Response Due
5/23/2024 10:00:00 AM
 
Archive Date
06/07/2024
 
Point of Contact
Carmen Greenwood
 
E-Mail Address
carmen.a.greenwood2.civ@us.navy.mil
(carmen.a.greenwood2.civ@us.navy.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP/RFQ, if any is issued.�� 1.0 Description� The NAVSUP Fleet Logistics Center Norfolk Regional Directorate Contracting Department is seeking information from interested contractors capable of conducting an independent broad-based study that defines scalable manpower requirements by skillset and grade level to safely perform Navy capitalized fuel operations. The study should recommend standard operating procedures, manpower levels at all existing Navy Defense Support Point (DFSP) locations, and identify any areas of risk and recommend remedies for each location specified in enclosure (1).? Analysis should include assessment of current manning structure based on function and recommend changes to ensure safe and effective fueling operations.?� Please see the attached draft Statement of Objectives (SOO) and enclosures (1, 2 and 3), which details the types of tasks and deliverables that contractors will be required to perform under the contract.� 2.0 Requirements� It is anticipated that this requirement, if solicited, will be under NAICS code 541690.� 3.0 Requested Information� It is requested that interested parties respond to this posting via email to carmen.a.greenwood2.civ@us.navy.mil no later than 01:00 PM ET Friday, 23 May 2024. Responses are not to exceed seven (7) typewritten pages in a searchable PDF file, 8.5 X 11 paper with a minimum 12 point font size. The page limit is inclusive of the cover sheet and past performance information.� Responses from interested parties shall include the following information in the specified order below: Cover Sheet that includes: Company name and address DUNS number and Cage Code Point of contact with corresponding phone number and e-mail address Business Size and status of the company. Including any Small Business Designation(s), if any Capabilities Statement demonstrating the requisite skills, resources and capabilities necessary to perform the requirements of the SOO. Included in the capabilities statement should be an overview of the contractor�s staffing plan (labor category mix), including start-up plans and transition of personnel (e.g., length of time and plan to fill each position). An overview of the contractor�s plan for recruiting, developing and retaining personnel with the necessary skill sets to accomplish the SOO. Rough Order of Magnitude Estimate What type of work the company has performed in the past in support of the same or similar requirements for DoD/ DON. Provide contract numbers if applicable. If the company has managed a task of this complexity and nature before. If the company has managed a same or similar requirement in CONUS and/or OCONUS locations. Contract type for previous same or similar type of requirements (time and materials, firm-fixed price, etc.) If the company has managed a team of subcontractors, and if so, how many. The specific technical skills the company possesses which ensure capability to perform the requirements. Explanation of the company�s ability to perform greater than 50% of the efforts required. If there are contracts/ strategic sourcing vehicles the company currently holds for which this requirement would be within scope, please provide the contract number. Is supporting CONUS and OCONUS locations realistic within the SOO�s period of performance? If not, provide estimated period of performance. Is it realistic for requirement to include supporting CONUS and OCONUS locations under one contract? Past Performance Information Form (See Paragraph 4.0 below) Interested parties are encouraged to provide feedback on the SOO to include identifying any areas of the SOO that seem vague, need clarification and/or ask questions about the requirements (no page limitation). 4.0 Past Performance� Interested contractors shall provide at least one (1) past performance response in accordance with the attachment titled �Past Performance Information Form�. Contracts/efforts must be within the past five (5) years and the discussion must include the applicable contract or task order number and contract vehicle, clearly state if the responder was a prime or subcontractor under the effort, final contract price, dates of performance, and project location(s) with a brief description of the effort and a detailed explanation demonstrating the relevance of the contract(s) or effort(s) to the requirements in the SOO. Experience working in the DoD/DoN environment is highly preferred but not required. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience and/or capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Vendors are encouraged to team-up in a way that their collective Past Performance demonstrates the requisite skills, resources and capabilities necessary to perform the stated requirements. Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party.� 5.0 Industry Discussions� NAVSUP Fleet Logistics Center Regional Directorate Contracting Department representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any certification risks.� 6.0 Summary� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify potential sources capable of conducting an independent broad-based study that defines scalable manpower requirements by skillset and grade level to safely perform Navy capitalized fuel operations for DFSP locations specified in enclosure (1). The study should recommend standard operating procedures, manpower levels at all existing Navy Defense Support Point (DFSP) locations, and identify any areas of risk and recommend remedies for each location specified. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66d56e0fb0c54b0498c2d7ed2ad2d248/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07052007-F 20240504/240502230053 (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.