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
|
|
|