Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOLICITATION NOTICE

M -- Distribution and Warehouse Support Services at the Defense Distribution Depot Kandahar, Afghanistan (DDKA) - TE 5.0 - TE 3.5 - TE 3.2 - Draft Performance Work Statement - TE 3.1 - TE 1.2 - TE 1.1 - TE 3.3 - TE 5.4 - TE 3.0 - TE 5.2 - TE 5.3 - TE 4.2 - TE 5.1 - TE 3.4 - TE 3.1a - TE 4.1 - TE 6.1

Notice Date
3/25/2010
 
Notice Type
Presolicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-R-0021
 
Point of Contact
Tom Semones, Phone: 7177706482
 
E-Mail Address
thomas.semones@dla.mil
(thomas.semones@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Government Forms Contractor Furnished Training Permanent Storage Facilities Government Furnished Training Projected Workload Contractor Furnished Equipment Processing Open MROs Contractor DSS Load and Maintain Programs DDKA Temporary Layout WPM Program Guide Government Furnished Data Systems DSS and IT Security Background Check Functionality Requirements Current Snapshot of NSNs Temporary Storage Facilities Draft Performance Work Statement Government Furnished Equipment Documents Scanned into EDMS Acceptable Performance Levels (APLs) The Defense Logistics Agency (DLA) Defense Distribution Center (DDC) has identified a need for a Government Owned Contractor Operated (GOCO) Distribution Depot Kandahar, Afghanistan. It will operate within a United States (US) controlled compound. The scope of work shall consist of the contractor providing all management, personnel, supervision, operating materials, supplies, equipment and organic transportation for local deliveries to Kandahar Airfield (KAF), Afghanistan to support distribution and warehouse support services. This requirement will encompass receiving and visual inspection of new procurement and redistributed material, storage optimization, care of stock in storage (COSIS), physical inventory control, stock selection, packing, consolidation and shipping functions, and local delivery. Rewarehousing will include, but is not limited to, establishing a storage plan to optimize space, physically moving the material, planographing locations in the Defense Standard System (DSS), marking and labeling new locations, establishing and placarding outside storage locations, and conducting location surveys of all locations. The Contractor shall be required to provide additional material handling equipment (e.g., rough terrain container handler(s), forklifts, trucks, trailers) and miscellaneous warehouse equipment (e.g., stretch wrap machines, banding machines, pallet jacks, table saws, nail guns, miscellaneous woodworking tools). The Contractor shall perform warehouse and distribution operations requirements using the DSS. The Contractor must be capable of attaining a workforce that will be trained during the phase-in period of performance and have the ability to attain the appropriate personnel clearances to include full scale background checks and Information Technology eligibilities not later than the beginning of full performance. The DDC Defense Distribution Depot Kandahar, Afghanistan (DDKA) will provide support to the US Forces, Afghanistan, and all operations within the Central Command (CENTCOM) Area of Responsibility. The CENTCOM should provide Force Protection from any potential military or civil threat to US interests in the region. DDKA will be operated by a DDC Contingency Team until contract full performance begins. The DDKA will facilitate timely delivery of supplies and material to service members decreasing delivery time and increasing readiness. The Initial Operating Capability Infrastructure may include Government-Furnished temporary re-locatable buildings and temporary storage structure(s) within a secured compound. The DDC anticipates issuing a hybrid Cost-Plus-Fixed-Fee contract with Fixed-Price, Cost-Reimbursable and Labor-Hour line items. Note: Offerors will be required to have an Approved Accounting System as determined by their cognizant Defense Contract Audit Agency office. The contract will be evaluated utilizing a Best Value/Trade-Off Analysis. The solicitation will be unrestricted, full and open competition. Draft versions of the Performance Work Statement and Technical Exhibits are enclosed. The DDC anticipates the solicitation to be released on or about 12 April 2010. The contract period of performance is expected to consist of a one (1) year base period and four (4) one-year options. A Pre-Proposal Conference is expected to be conducted at DDC on 29 April 2010 in New Cumberland, PA. The exact time and location will be published with the solicitation. Interested parties must register with Tom Semones by email at Thomas.semones@dla.mil no later than 1:00PM Eastern Standard Time on Friday, April 16, 1010. Registration requests shall be submitted on company letterhead in accordance with the format provided in the enclosed document entitled “DDC Pre-Proposal Conference” and shall include the following information for representatives planning to attend: Name (Last, First, Middle Initial), Height, Weight, Hair Color, Eye Color, Social Security Number (SSN), Date of Birth, Citizenship (i.e. U.S. Citizen, Foreign National, etc.), phone number, fax number, beeper/pager number (if applicable), and email address. In addition, please enclose a Xerox copy of your company’s ID Badge for those company representatives planning to attend, if your company issues badges to employees. Naturalized Citizens must provide their Naturalization Number and must bring to the Pre-Proposal Conference the certificate that was issued to prove citizenship (i.e. (1) – CN – Designates Certificate of Naturalization; (2) – CC- Certificate of Citizenship; (3) – PP – American Passport with expiration date; (4) – GC- Green Card). Attendance by Foreign Nationals will require DDC to obtain DLA HQ approval prior to attending the conference. Confirmation will be validated by return email. Attendees are limited to two (2) per company. Please note that this will be the only Pre-Proposal conference for this procurement. The NAICS code is 493110 and the Size Standard is $25.5 million. All documents related to this solicitation will be posted to the Federal Business Opportunities website at (http://www.fedbizopps.gov/) under Solicitation Number SP3300-10-R-0021. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments and/or solicitation postings related to this presolicitation notice. There will be no advance notification of amendment/solicitation issuance. Prospective Offerors are advised to consult the website frequently to check for the issuance of amendments and/or solicitations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-R-0021/listing.html)
 
Place of Performance
Address: Kandahar, Afghanistan
 
Record
SN02102677-W 20100327/100325235100-b6fc9401b7d71a0793ab496a5cf6f347 (fbodaily.com)
 
Source
FedBizOpps 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.