Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2020 SAM #6659
SOURCES SOUGHT

S -- Warehouse and Distribution Services - Djibouti, Africa

Notice Date
2/20/2020 4:07:40 AM
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-20-SS-5013
 
Response Due
3/16/2020 1:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Tom Semones, Phone: 7177706482, Daniel J. Lentz, Phone: 7177707925
 
E-Mail Address
thomas.semones@dla.mil, Daniel.Lentz@dla.mil
(thomas.semones@dla.mil, Daniel.Lentz@dla.mil)
 
Description
This is a Sources Sought Notice (SSN) issued by DLA Distribution J7 Acquisition Operations, New Cumberland, Pennsylvania.� This SSN is solely for informational purposes and does not constitute a Request for Quote, Invitation for Bid, or Request for Proposal.� Unsolicited proposals will not be accepted in response to this notice.� Failure to respond to this SSN does not preclude participation in DLA Distribution opportunities.� The purpose of this SSN is to determine if there are commercial sources capable of providing, maintaining and operating a Government-Owned/Contractor Operated (GOCO) distribution and warehousing facility on Camp Lemonnier, Djibouti, Africa (Defense Distribution Detachment Djibouti, Africa (DDDA)) �24 hours a day, 7 days a week. DLA Distribution J7 is seeking a commercial entity that can provide warehouse and distribution support services in the austere environment of Djibouti, Africa.� The below information is being provided to give prospective businesses an idea of the scope and magnitude to address as part of its response to this SSN. The primary scope is to operate a GOCO Distribution capability that includes: General Warehouse and Distribution support consisting of Receipt, Store and Issue of wholesale and retail material to include Hazardous Material (HAZMAT) and Class IV for an estimated 1,000 different National Item Identification Numbers (NIINs). Material Processing Center (MPC) and transshipment point. Theater Consolidation and Shipping Point (TCSP). Central Receiving Point (CRP) to receive, process, and temporarily store all ground, container, and Air cargo addressed to the CRP for Camp Lemonnier tenants and units deployed forward. Supply Support Activity (SSA) in support of US Army Units in and around DDDA for an estimated 3,000 different NIINs. Local Transportation operations are also required for customer support at DDDA to include vehicles for local deliveries to include preventive maintenance and repair actions. All management, supervision, personnel, operating materials and supplies. Material Handling Equipment (MHE). Any other supplies and services not Government-Provided.� This effort will require the use of both DLA�s Distribution Standards System (DSS) and the Army�s Global Combat Support System-Army (GCSS-Army).� Workforce support estimated between 25 and 30 Full Time Equivalents.� Workload is subject to fluctuation as customer requirements change to support mission requirements. Instructions to Interested Parties: Interested parties shall submit the following: Capability Statement Limited to 6 pages in length, one-sided, single-spaced, 11-point font minimum. Management Capabilities: Changes in Contract Scope:� Distribution center support has historically, and is anticipated to, gain substantial within scope requirements during contract performance.� The Government is seeking information regarding capabilities to provide immediate response and contract incorporation of Government requirements. Distribution center contracts are Indefinite Delivery / Indefinite Quantity arrangements where Task Orders (TO) are issued as support is required.� DLA requests firms provide at least two examples of previous contracts where you were the prime contractor and were able to respond to TO issuance immediately for additional scope where an additional, at a minimum of 10 full-time equivalents were required. Firms shall also include how it responded to within scope changes that resulted in an overall contract incorporation of the change within 60-90 days to include receipt of RFP, proposal responses, negotiation, and contract finalization/execution. Regulatory Updates:� The Government is seeking information regarding a firm�s response and compliance with regulations or changes. Turnover:� Please explain how employee retention is achieved and how turnover is mitigated in your operations.�� Address how this is successful in market areas where there is a significant demand and competition for the same/similar skills. Workload Fluctuations:� Please provide at least two examples which highlight your firm�s ability to support fluctuations in workload on a day to day basis. Financial Capability:� Please explain how your firm is able to support Government changes in requirements and meet Limitation on Subcontracting Requirements to perform at least 50% of the contractual dollars (in accordance with current Small Business requirements).� Please include at least two examples of instances where the firm had to implement requirements while changes were negotiated and funded at a later date.� Please include how your firm managed this expenditure and provide details regarding cash flow capabilities. Location unique capabilities: Please list knowledge, understanding and experience with the CONUS Replacement Center, Ft. Bliss (CRC) for all US EXPATS that will be working overseas. Please explain your staffing plan for Djiboutian Local Nationals considering the impact of DFARS Class Deviation 2017-O0009 dated September 15, 2017. Please explain how you would plan to attract and retain initial US EXPATS to work in Djibouti, Africa for extended periods. �� Responding firms shall include a completed Attachment 1 with their company�s information.� Please ensure the company name, address, CAGE, POC information and signature are all included in the submission. Firms may provide past performance information if they determine it is helpful as part of this submission. Attachment 2 or another similar format may be utilized. � INTERESTED PARTY INFORMATION � Interested parties responding to this notice should provide the following: The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC�s name, phone number and e-mail address Whether the Party is, or is not, a small business concern, a service-disabled veteran owned small business, or a HUB Zone business concern as defined in FAR 52.219-1 for NAICS Code 493110, or is a foreign entity. Whether the Party is, or is not, registered in the System for Award Management (SAM). (Formally known as the Central Contractor Registration (CCR)). Whether the Party does or does not currently have an Accounting System approved by their cognizant Defense Contract Audit Agency (DCAA). DLA Distribution will review all Capabilities Statements received. At the discretion of DLA Distribution, interested parties may be contacted to arrange for a site visit and interview to validate the information contained in their Capabilities Statement. This is a Sources Sought Announcement to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT REQUEST. This SSN does not commit the Government to contract for the identified services and does not commit the Government to set aside this acquisition for a small business concern.� If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website under �Contract Opportunities� at http://www.beta.SAM.gov.��It is the responsibility of potential offerors to monitor this site for additional information pertaining to a future procurement.� The information provided in this SSN is subject to change and is not binding on the Government.� Any information submitted in response to this SSN is voluntary.� The release of this SSN should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.� Respondents are advised that DLA Distribution will not pay for any information or administrative cost incurred in responding to this SSN.�In addition, the Government will not entertain any requests to meet individually with a contractor regarding the content of this SSN, and will not respond to any electronic or telephonic inquiries for this purpose. A response to this Notice is required by March 15, 2020 at 4:00 pm EST. Responses must be submitted electronically to Thomas.Semones@dla.mil and Daniel.Lentz@dla.mil.�� Please be advised that any responses exceeding the government�s email size of 15 MB may be returned undelivered and may require two or more separate email submissions in order to successfully submit any and all attachments.� Respondents are responsible for contacting Thomas.Semones@dla.mil to confirm receipt of their response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a188cfc7cda6483f81bff3115d88d5e4/view)
 
Place of Performance
Address: DJI
Country: DJI
 
Record
SN05567538-F 20200222/200220230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.