SPECIAL NOTICE
R -- REQUEST FOR INFORMATION - THIRD PARTY LOGISTICS (3PL) SERVICES ACQUISITION STRATEGY FOLLOW-ON
- Notice Date
- 5/15/2012
- Notice Type
- Special Notice
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- (FA8535-12-R-1111)(FA8535-12-R-2222)
- Archive Date
- 6/29/2012
- Point of Contact
- Linda Ralston, Phone: (478) 327-3591
- E-Mail Address
-
Linda.Ralston@robins.af.mil
(Linda.Ralston@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS REQUEST FOR INFORMATION SUPPORT EQUIPMENT COMMODITY COUNCIL (SECC) THIRD PARTY LOGISTICS (3PL) SERVICES ACQUISITION STRATEGY FOLLOW-ON CAUTION: This market survey is being conducted to identify potential sources within the small business community that possess the expertise, capabilities and experience to meet the requirements for providing third party logistics services in support of sourcing, acquiring and ensuring delivery of a wide range of common support equipment. The 3PL service provider strategy has been developed in an effort to obtain leverage for buys, improve overall cycle times and continue to enhance a robust small business vendor base. Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. Below is a draft Performance Work Statement (PWS) and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If after reviewing these documents, you desire to participate in the market research, you should provided documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement. 3. The government anticipates that this acquisition will consist of two small business set asides. The specific socio economic categories will be determined after completion of our market research. The government must ensure there is adequate competition among the potential pool of responsible contractors. 4. The government anticipates holding an Industry Day in support of this acquisition. Questions relative to this Request For Information should be addressed to: Linda Ralston, (478) 327-3591 REQUEST FOR INFORMATION SUPPORT EQUIPMENT COMMODITY COUNCIL (SECC) THIRD PARTY LOGISTICS (3PL) SERVICES ACQUISITION STRATEGY FOLLOW-ON Part 1. PURPOSE/DESCRIPTION As outlined in the included draft Performance Work Statement (PWS), the contractors providing this service shall source, acquire, and ensure delivery of a broad range of commercial/noncommercial common support equipment. The scope of work encompasses approximately 5,000 national stock numbers (NSNs), from a subset of 112 federal stock classes (FSCs). A descriptive range of the items involved consists of, but is not limited to, aircraft fixtures, compressor units, tool kits, aircraft maintenance slings, hoisting units, maintenance stands, ground handling equipment, adapters, oscilloscopes, network analyzers, gages, wrenches, jacks, multimeters and other common support equipment. Our service provides are not precluded from also providing manufacturing capability. This effort shall include but is not limited to the following: Managing vendors to ensure they meet performance and quality requirements Managing vendors to ensure on time delivery Evaluating adequacy of data/drawings as they relate to sourcing the items Electronic ordering and tracking of items Multiple award, multiple-year indefinite delivery/indefinite quantity (ID/IQ) contracts are contemplated with a three year basic period of performance plus option periods totaling a potential period of performance of eight years. The total estimated value of all contracts is $342M. The government expects to award six contracts, three within each socio economic categories determined by the results of market research. The government must ensure there is adequate competition among the potential pool of responsible contractors. Part II. BUSINESS INFORMATION Please provide the following business information for you company and for any teaming or joint venture partners. Company Name Address Point of Contact CAGE Code Phone number E-mail Address Web Page URL Size of business North American Industry Classification (NAICS) Code: 541614 Size Standard 14M Based on your NAICS Code, state whether your company is: • Small Business (Yes/No) • Woman Owned Small Business (Yes/No) • Small Disadvantaged Business (Yes/No) • 8(a) Certified (Yes/No) • HUBZone Certified (Yes/No) • Veteran Owned Small Business (Yes/No) • Service Disabled Veteran Small Business (Yes/No) • Central Contractor Registration (Yes/No) Electronic responses only, by 1630 Eastern Time 14 Jun 2012. Please e-mail your response to: Linda.Ralston@robins.af.mil Please indicate your interest in participating in Industry Day. (latter part of June, date to be determined) Questions on this Request For Information should be addressed to Linda Ralston 405 SCMS/GULC SECC Sourcing Analyst (478) 327-3591. Part III. CAPABILITY SURVEY QUESTIONS A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the procurement services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous programs similar in scope and complexity to this requirement. Focus on capabilities and experience in organizing and executing material sourcing, acquisition of material, asset visibility and delivery tracking. B. Administrative and General Management Questions: 1. Describe your capability and experiences in general and administrative management in areas such as financial planning and budgeting, asset management, records management, office planning, strategic and organizational planning, market research, vendor selection and business process improvement. 2. Describe your experience, processes, and any permissions in procuring materials through government sources of supply. 3. Describe your Electronic Data Exchange (EDE) system as compared with description in the included PWS. C. Process, Physical Distribution and Logistics Questions: Describe your capabilities and experience in providing operating assistance, prime or subcontracted support for activities such as: a. Operations improvement b. Productivity improvement c. Planning and control d. Vendor quality assurance and quality control e. Vendor management and asset visibility D. Procurement Services Questions: 1. Specifically describe your capabilities and experience in providing services to source, acquire and ensure delivery of hardware/equipment. 2. Describe your market research and competitive evaluation process and how you employ it in implementing cost management. E. Contract Management Questions: 1. Describe your processes for vendor management and the scale of vendor management that your company has accomplished, to include large and small vendors from diverse industry groups. 2. Describe your processes for identifying alternate sources of supply for equipment. 3. If you also possess manufacturing capability describe any impact this may have on your ability to provide the services required. F. General Comments: Please provide any pertinent information that you think the government should consider regarding this effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/(FA8535-12-R-1111)(FA8535-12-R-2222)/listing.html)
- Record
- SN02748615-W 20120517/120516000139-befc728f68cd5acce0f494408fc60a21 (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 |