Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2004 FBO #1007
SOURCES SOUGHT

R -- Base Operating Supplies Mart

Notice Date
8/27/2004
 
Notice Type
Sources Sought
 
NAICS
425110 — Business to Business Electronic Markets
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-04-R-BOS1
 
Response Due
9/13/2004
 
Archive Date
9/28/2004
 
Point of Contact
Janice Brindley, Contract Specialist, Phone 757-443-1370, Fax 757-443-1376, - David St. Laurent, Supervisory Contract Specialist, Phone 757-443-1444, Fax 757-443-1424,
 
E-Mail Address
janice.brindley@navy.mil, david.stlaurent@navy.mil
 
Description
THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. Qualified small business sources are currently being sought for the Base Operating Supplies Mart (BOSMART) for the Naval Facilities Engineering Command Mid-Atlantic (Tidewater area to Naval Support Activities Philadelphia and Mechanicsburg) and Naval District Washington Region. This acquisition will be conducted under North American Industry Classification System (NAICS) 425110 Business to Business Electronic Markets which establishes a small business size standard of 500 employees. The proposed acquisition may be competed as a Small Business Set-Aside based upon the number of responses from small business concerns and identification of their past performance/financial capabilities. Small business firms shall provide information concerning past performance and financial capability to perform the following services: Logistics service integrator supplying a full range of base operating supplies for the contract period necessary to: a. operate a commercial virtual store operation and logistics support services to include the necessary management, personnel, equipment and supplies to operate the Base Operating Supplies Mart; b. operate a full service walk-in shop store at the Naval Facilities Engineering Command, Mid-Atlantic Portsmouth site with the option to operate additional physical walk-in shop stores (total of 5 shop stores) in the Mid-Atlantic area with estimated total inventory of $3.8M; c. provide free delivery; d. option, if exercised, to provide an on-site salesperson at the Naval Facilities Engineering Command, Mid-Atlantic and Washington sites to assist customers in selecting items; and e. participate in the DoD E-Mall by providing electronic file of the Contractor?s catalog. The purpose of any resultant contract will be to provide the Naval Facilities Engineering Command Mid-Atlantic and Washington activities with a full range of quality items, at discount prices, with either customer pickup or delivery in accordance with the delivery schedules contained in the contract. The supplies/equipment offered shall be of the type that is typically carried and offered in base operating supply warehouses and/or retail stores. The Contractor will be encouraged to add items based upon its corporate capability. However, all new items shall be reviewed by the COR/ACOR prior to being added. By entering into a contact, the U.S. Navy does not acquire, nor is it required to acquire, any item from the Contractor. The purchase of supplies/equipment will only be made by way of the U.S. Government-wide purchase card, purchase orders, DoD E-mall purchases, or via delivery orders. Sales are neither guaranteed nor promised under the contract. An IDIQ type no cost contract will be utilized for a base year with the option to procure services for four additional one-year option periods. The minimum guarantee of $1,000.00 will be met by the Naval Facilities Engineering Command?s Mid-Atlantic and Washington customers placing orders via any of the methods mentioned above. Sales under the terms of this contract are anticipated to be approximately $65M per year. The U.S. government will provide the building for the shop store and some maintenance services. The Contractor will provide the necessary management, personnel furnishings, fixtures, equipment and supplies to operate the shop store. Supplies and equipment required to perform under this contract may include shelving, material handling equipment (MHE), and battery charging stations if MHE is battery driven. The Contractor shall be required to offer and distribute JWOD products and shall not offer for sale, commercial items that are identical or essentially the same as the JWOD items. Your capability package should be no more than 10 pages in length, single-spaced, 12 point font minimum, demonstrating ability to perform the requirement described above. The page limitation cited is not inclusive of resumes/personnel information. Your response shall include the following information: company name, address, POC, phone number, fax number, e-mail address, SB classification (8a, HUBZone, woman owned, service disabled veteran owned, etc.), number of employees, DUNS number, CAGE code, dollar revenue for the last 3 years, relevant past performance on same/similar work dating back 3 years and your company capability to do this type of work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise. Small Businesses responding to this sources sought shall submit a letter and descriptive literature addressing their technical and financial capabilities by no later than 13 September 2004 to FISC Code 203B1, Janice Brindley, via facsimile to (757) 443-1424 or (757) 443-1337. Small businesses shall address their experience in performing contracts that are similar in size, scope and complexity as the proposed Naval Facilities Command Mid-Atlantic and Washington Base Operating Supplies Mart. In addition, companies will address financial capability to include stocking approximately 8,000 items per shop store (there may be 1 to 5 shop stores opened within the first year with an approximate total inventory cost of $3.8M).
 
Place of Performance
Address: NAVFAC Mid-Atlantic, Norfolk, VA and Washington D.C.
Zip Code: 23511
Country: USA
 
Record
SN00659431-W 20040829/040828101714 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.