SOLICITATION NOTICE
R -- Just-In-Time Inventory Support (JITIS) - DRAFT RFP
- Notice Date
- 4/3/2017
- Notice Type
- Presolicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Air Force, AMIC DET 2, AMIC DET 2 OL/PKA, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
- ZIP Code
- 32925
- Solicitation Number
- FA7022-17-R-0006
- Archive Date
- 5/10/2017
- Point of Contact
- Carl J. Schneider, Phone: 3214947855, Jody G. Desormeaux, Phone: 3214940511
- E-Mail Address
-
carl.schneider.3@us.af.mil, jody.desormeaux.1@us.af.mil
(carl.schneider.3@us.af.mil, jody.desormeaux.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT RFP Synopsis Notice DD Form 254 Consolidated Inventory List (170315) DRAFT CDRLs DRAFT PWS (170330) DRAFT RFP (170329) Reference Number: FA7022-17-R-0006 Notice Type: DRAFT RFP/SOLICITATION NOTICE: 1. NOTICE: This is a DRAFT Request For Proposal (RFP)/Solicitation for the Just-In-Time Inventory Support (JITIS) Contract. This announcement does not constitute a solicitation and proposals are not being requested at this time. AMIC DET-2 OL/PKA and AFTAC are seeking information from potential sources for the performance of: Provide the logistics to support Ciambrone Radiochemistry Laboratory (CRL) and include a Just-in-Time Inventory Support (JITIS) and supply chain management. This contract will support laboratory operations through improving laboratory efficiency, cost control and applying principles of just-in-time (JIT) logistics. The JITIS scope includes the implementation of a vendor managed inventory (VMI) approach to improve management of laboratory consumable inventory. The contractor shall provide equipment, software training, and sustainment of the implemented VMI system.. 1.1 The purpose of this DRAFT RFP/Solicitation is to promote exchanges of information about the acquisitions, exchange of information among industry and the Government to identify and resolve concerns regarding the acquisition strategy, including proposed contract type, terms and conditions, and acquisition planning schedules; the feasibility of the requirement, including performance requirements, statements of work, and data requirements; the suitability of the proposal instructions and evaluation criteria, including the approach for assessing past performance information; the availability of reference documents; and any other industry concerns or questions. The proposed North American Industry Classification Systems (NAICS) Code is 541614 which has a corresponding size standard of $15.0M. The Government will use information received in response to this notice to determine the best RFP/Solicitation for the acquisition. The Government is interested in feedback from all interested Small Business such as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. 1.2 The information received from this DRAFT RFP/Solicitation Notice will be used within the Air Force (AF) to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this notice are cautioned that this is NOT the final RFP/Solicitation. 1.3 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The AF will not be obligated to pursue any particular acquisition or alternative as a result of this DRAFT RFP/Solicitation Notice. Responses to this notice will not be returned or replied to. Not responding to this sources sought does not preclude participation in any future solicitation, if one is issued. 1.4 Proprietary information and trade secrets, if any, must be clearly marked on all submitted material. Information received that is clearly marked Proprietary will be handled accordingly. Be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing responses will have signed non-disclosure agreements and understand their responsibility to properly use and protect proprietary information from unauthorized disclosure as described 41 USC 2101-2108. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 2. PROGRAM DETAILS: 2.1 PREVIOUS CONTRACT/PROGRAM BACKGROUND: NONE 2.2 REQUIRED CAPABILITES - NEW REQUIREMENT: This is a non-personal services contract. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. The contractor shall manage its employees and guard against any actions that are of the nature of personal services, or give the perception of personal services. The contractor shall notify the Contracting Officer (CO) immediately if they perceive any actions constitute personal services. These services shall not be used to perform any Inherently Governmental Functions. Period of Performance: 5 Years after contract award, plus an additional 6 Month Extension of Services. 2.3 The Government is contemplating use of a contract with CLINs to include: Firm-Fixed-Price (FFP) and Cost-Reimbursement (COST) for the effort. The RFP release date is subject to change, but is anticipated to be posted on or about April/May 2017. Interested parties are encouraged to monitor all postings. 3. INFORMATION REQUESTED (Please limit all responses to 2 pages - electronic copies only) 3.1 Company Information: Company name, mailing address, telephone number(s), point of contact name(s), e-mail address, CAGE code, DUNS Number, and Business size. For small businesses include socioeconomic status (e.g. 8(a), Hubzone, etc.). 3.2 Information Exchanged: acquisition strategy, contract type, terms and conditions, delivery schedules, feasibility of requirement, performance requirements, performance work statement (PWS), data requirements, proposal instructions, evalaution criteria, assessment of past performance, referenced documents, and other industry concerns or questions. 4. Submission Information: Interested sources submission must be clear, concise, complete, and be submitted via e-mail by 4:00pm (EST), on 25 April 2017. All submissions must be sent to Mr. Carl Schneider at carl.schneider.3@us.af.mil and Mr. Jody Desormeaux at jody.desormeaux.1@us.af.mil. Questions regarding this notice may be submitted in writing by email to Mr. Jody Desormeaux at jody.desormeaux.1@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 25 April 2017 will be answered. 5352.201-9101 Ombudsman (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Thompson St., Bldg 586, Rm 129, Comm: 757-764-5372, aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d36f8aaaa87e17c6fdc0b7f1b7fbb3b0)
- Place of Performance
- Address: 10989 South Patrick Drive, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04457319-W 20170405/170403234723-d36f8aaaa87e17c6fdc0b7f1b7fbb3b0 (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 |