Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
DOCUMENT

M -- EXPEDITIONARY LOGISTICS SUPPORT SERVICES - Attachment

Notice Date
1/13/2017
 
Notice Type
Attachment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018917R0030
 
Response Due
1/19/2017
 
Archive Date
1/26/2017
 
Point of Contact
Michael Eskarous, michael.eskarous@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled Solicitation for Information and Planning Purposes, this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price (FFP) type contract under NAICS code 541614 (Process, Physical Distribution and Logistics Consulting Services) with a size standard of $15 million. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC), Norfolk has a requirement for Table of Allowances (TOA) management in support of Navy Expeditionary Combat Command (NECC) Explosive Ordnance Disposal (EOD) Expeditionary Support Unit (ESU). Contractor personnel will provide support services in terms of Table of Allowances (TOA) management which provides the capability for the lifecycle management of government owned property and equipment and the buildup of mission materials and readiness reporting. The Command desires support services that are associated with material accountability, readiness reporting, and equipment maintenance. The Place of Performance consists of NAB Little Creek, Ft Story, Yorktown NWS, Cheatham Annex, Oceana NAS, DAMNECK Annex, and Naval Station Norfolk. The period of performance for the anticipated contract is a twelve (12) month base period plus four (4) twelve (12) month option periods. In addition, the extension under FAR 52.217-8 will be included. Attached to this notice is Attachment I “ DRAFT Performance Work Statement, for potential offerors to review. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide logistics support services as detailed above. Reponses to this Sources Sought request should reference N00189-17-R-0030 and shall include the following information in this format: 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.If the items/services can be solicited from a GSA schedule, provide the GSA contract number. 4.If the items/services can be solicited from a Seaport-e MAC, provide the Seaport-e contract number. 5.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 6.Capability statement displaying the contractor ability to provide the minimum requirements of the PWS to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought and detail how these contracts are similar in scope, complexity and magnitude to this requirement. 7.Capability statement detailing the contractors ability to fulfill the Performance Work Statment requirements. 8.Ability to meet surge and overtime requirements. 9.Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed eight (8) typewritten pages in no less than 12 font size. Responses should be emailed to Mr. Michael Eskarous at michael.eskarous@navy.mil by the time indicated. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment_I_sources_sought Attachment_II_draft_PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917R0030/listing.html)
 
Document(s)
Attachment
 
File Name: N0018917R0030_Attachment_I_sources_sought.doc (https://www.neco.navy.mil/synopsis_file/N0018917R0030_Attachment_I_sources_sought.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0018917R0030_Attachment_I_sources_sought.doc

 
File Name: N0018917R0030_Attachment_II_draft_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018917R0030_Attachment_II_draft_PWS.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018917R0030_Attachment_II_draft_PWS.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04371363-W 20170115/170113234007-1bffaacec206577324a73b1bd81353e8 (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.