Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
SOLICITATION NOTICE

M -- Hazardous Materials Management services for DLA Distribution Corpus Christi, Texas in support of the Corpus Christi Army Depot (CCAD), Corpus Christi, Texas

Notice Date
2/21/2012
 
Notice Type
Presolicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-R-0009
 
Point of Contact
Eric S. Berns, Phone: 7177704282, David R. Gilson, Phone: 7177704496
 
E-Mail Address
eric.berns@dla.mil, david.gilson@dla.mil
(eric.berns@dla.mil, david.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The DLA Distribution Corpus Christi, TX has a requirement to provide Hazardous Material (HM) management services in support of the Corpus Christi Army Depot ( CCAD). In providing HM management, the Contractor shall be responsible for standardizing life-cycle management processes to reduce Total Ownership Costs (TOC) for ordering, receipt, storage to include shelf-life management, issue, delivery, tracking, returns and approved reuse, and disposal of unserviceable HM. The Contractor will order HM required for use by the CCAD using the Logistics Modernization System (LMP) through DoD, GSA, and commercial sources of supply. The solicitation will result in a Firm-Fixed-Price (FFP) contract. All standard and overtime labor will be accomplished under this FFP Contract Line Item (CLIN). Additionally, the costs for all necessary Personal Protective Equipment (PPE), office and other operational supplies will also be captured under the FFP CLIN of any resultant contract. This acquisition will provide Hazardous Materials Management Services that encompass ordering, receipt, storage, and issue, as well as, all other functions to ensure fully adequate, timely, and efficient HM operations. The Contractor shall in the performance of the contact, satisfy all planned and emergent HM requirements based on customer defined priorities in a way that ensures no negative production line impacts due to material support deficiencies. The estimated timeframe for award of this requirement is September 2012. The contract period of performance will consist of a not-to-exceed (NTE) 60 day phase-in period prior to full performance (November 1-December 31, 2012), one 10 month base period (January 1-October 31, 2013) and four one year option periods. This contract will be awarded under a 100% Small Business Set-Aside also under the provisions of FAR 15 utilizing "Best Value/Trade-Off Analysis" procedures. Based on the Best Value/Trade-Off Analysis, the government expects award will be made to the Offeror proposing a combination of factors, including technical, past performance, and price which offers the best value to the Government. It is anticipated that the solicitation will be posted to this website on or around the week of April 2, 2012. Amendments to the solicitation will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. Interested offerors are encouraged to use the "Register to Receive Notification" function to register as an interested vendor. It is anticipated that there will be a site visit conducted for this procurement currently estimated to occur on or around April 14, 2012. This date is tentative. The confirmed date for the site visit will be posted to this website. Specific information will be provided in the solicitation. It is expected that interested offerors will attend the site visit and thoroughly familiarize themselves with the requirement. NOTE: All offerors MUST be registered in the Central Contractor Registration (CCR) Database as a Small Business at http://www.ccr.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: Eric Berns, Acquisition Specialist, DLA Distribution, Acquisition Operations, DLA Distribution J7-AB, J Avenue, Bldg 404, New Cumberland, PA 17070-5001 or via fax: 717-770-7244 or e-mail: eric.berns@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-R-0009/listing.html)
 
Place of Performance
Address: Corpus Christi Army Depot, Corpus Christi, Texas, Corpus Christi, Texas, United States
 
Record
SN02679306-W 20120223/120221234458-ea8362fe4bd2320fd05e6bf445ec5493 (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.