Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,2000 PSA#2675

Contracts Group, NAVAIRSYFCOMHQ, Bldg 441, Unit 7, 21983 Bundy Road, Patuxent River, Md 20670-1127

R -- SOURCES SOUGHT FOR WAREHOUSE AND MATERIAL CONTROL SOL N00421-00-R-0590 POC Criss Cullison, Contract Specialist at (301) 757-9057, Contracting Officer is Emily Harman at (301) 757-9055 WEB: click here for documents related to this notice, http://www.navair.navy.mil/business/business/ecommerce/synopndx.cfm. E-MAIL: click here to contact the contract specialist, CullisonCM@navair.navy.mil. This is a sources sought synopsis. There is no solicitation available at this time. The Contracting Office is soliciting potential sources to provide warehouse and material control support services for the Naval Aviation Depot at Jacksonville, FL., as well as limited support in Norfolk, VA; Beaufort, SC; Mayport, FL; and Orange Park, FL. The Naval Aviation Depot (NADEP) at Jacksonville has a requirement to consolidate the Naval Aviation Depot 6.3 work involving warehouse and material control operation. NADEP 6.3 is tasked with several Business Process Re-engineering (BPR) Initiatives. As of the release of this synopsis, multiple Commercial Activity studies (OMB A-76) involve portions of the work contemplated under this requirement, with one award announcement scheduled for Spring of 2002. The areas of the work may include but are not limited to: a) Transport "A", "F", and "M" condition aircraft and engine components to and between repair shops within the Depot; b) Manage warehouse operations; c) Perform cross service receipts/Foreign Military Sales receipts; d) Perform TF-34/F404 and other cross service Inductions; e) Process Depot Level Repairable Inductions ("F" condition components); f) Maintain and perform tool boxes Inventories; g) Perform NIF storeroom management function; h) Perform production control services; I) Perform supply technician service; and j) Cycle Inventory. A complete DRAFT statement of work detailing these support services can be found at: http://www.navair.navy.mil/business/ecommerce/index.cfm. Note the Statement of Work is in DRAFT format and will be converted to Performance Based. The performance will be for a base period and two option years (second option year maybe for a period less than 12 months), with the ending coinciding with the award announcement in spring of 2002. The standard industrial classification (SIC) code is 8744 (NAICS code is 56121). Only companies, including their affiliates, with an average annual receipt of $20,000,000.00 or less during the last three (3)-completed fiscal years are considered small. Interested sources should provide a letter of interest with a capabilities package (no more than 15 pages in length, 12-point font minimum) demonstrating ability to perform the services listed above. Potential Sources may submit resumes/personnel information which will not be counted in the the 15 page limitation cited in the proceeding sentence. It is highly encouraged that packages be submitted electronically to the Contract Specialist in Microsoft Word Format or Portable Document Format (PDF) at the following address: CullisonCM@navair.navy.mil. Alternatively, the package may be sent by mail to the following address: Department of the Navy, Commanding Officer, Naval Air Warfare Center Aircraft Division, Contracts Department (Attn: C. M. Cullison 2.5.5.1.1G), Building 441, 21983 Bundy Road, Unit 7, Patuxent River, Maryland 20670-1127. Submissions must be received at the office cited in the preceding sentence no later than 3:30 p.m. Eastern Standard Time on Tuesday, 12 September 2000. The letter of interest should include, at a minimum, the following information: 1) Name and address of the firm; 2) Size of business; 3) Ownership; 4) Year firm established; 5) Names of two principals to contact, including title and telephone number; 6) Company profile to include number of employees, annual revenue history, office locations, DUNs number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; 7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; 8) Management approach to staffing this effort with qualified personnel. The staffing plan should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; 9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a contract similar in size and complexity to this requirement. Please include pertinent information for on-going contract or contracts completed within the last five years, and identify any, which were under SIC, Code 8744. Pertinent information is: a) Name of Contracting Activity; b) Contract Number; c) Contract Type (FFP, Cost, IDIQ, or combination); d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this SIC Code; e) Summary of contract work; f) Contracting Officer name and current telephone number; g) Contracting Officer's Technical Representative (name and current telephone number); h) List of major subcontractors including name, address, and telephone number of primary points of contact. If you are a small business that does not have the requisite experience to manage or perform a multi-function Warehouse and Material Control Support Services Contract, please describe your approach to teaming or possible joint-venture arrangements that together demonstrate the potential to perform a contract of this size and complexity. While the Government acknowledges that many companies have the capability to perform any one or even several functions, the Government expects to contract with a firm that has the overall capability to manage this effort, including critical services. If sufficient interest is not received, the Government reserves the right to determine the appropriate procurement method, and the resulting solicitation may be issued unrestricted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NAVAIR Electronic Solicitation Website. It is the potential offeror's responsibility to monitor these sites for release of any solicitation or synopsis. Telephone inquires will not be accepted. This synopsis is for informational and planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. All information submitted is at the offeror's own expense. Respondents will not be contacted regarding their submission or information gathered as a result of this notice. Respondents will not be notified about the outcome of the Government's review of the solicited information. Failure to respond to this sources sought synopsis does not mean that a firm cannot respond to a solicitation at a later date. Posted 08/28/00 (W-SN490728). (0241)

Loren Data Corp. http://www.ld.com (SYN# 0095 20000830\R-0020.SOL)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |


Created on August 28, 2000 by Loren Data Corp. -- info@ld.com