SOLICITATION NOTICE
S -- Chemical Management Services for DLA Aviation in Support of the Fleet Readiness Centers
- Notice Date
- 12/10/2020 9:57:44 AM
- Notice Type
- Presolicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
- ZIP Code
- 17070-5008
- Solicitation Number
- SP330021R5002
- Archive Date
- 04/15/2021
- Point of Contact
- Eric S. Berns, Phone: 7177704282, Jada A. Weaver, Phone: 7177704378
- E-Mail Address
-
eric.berns@dla.mil, jada.weaver@dla.mil
(eric.berns@dla.mil, jada.weaver@dla.mil)
- Description
- DLA Distribution has a requirement from the Navy for Chemical Management Services (CMS) to be performed for DLA Aviation in support of the Fleet Readiness Centers (FRC) Southeast (FRCSE) located at Naval Air Station (NAS) Jacksonville, FL, Fleet Readiness Center Mid-Atlantic (FRCMA) located at Naval Base Norfolk and NAS Oceana, VA, Fleet Readiness Center East (FRCE) located at Marine Corps Air Station (MCAS) Cherry Point, NC,� Fleet Readiness Center Southwest (FRCSW) and Navy Aviation Intermediate Maintenance Department (AIMD) located at NAS Coronado (North Island) CA by utilizing Performance Based Logistics support in the form of Third Party Logistics (3PL) services and Contractor Logistics Support services.� This requirement will be advertised under solicitation SP3300-21-R-5002. For this effort, the Navy is receiving the services with support by DLA Aviation and contracting and overall program management by DLA Distribution.� These services encompass all aspects of the chemical management lifecycle including procurement, inventory management, delivery/distribution, use (including chemical substitute research), collection, monitoring and reporting, training, disposal, and continual process efficiency. The contractor currently performing similar services for DLA Aviation is Serco, Inc. under contract SP3300-17-C-5003.� This contract is currently set to expire May 15, 2022. The acquisition encompasses all aspects of the chemical management lifecycle including procurement, inventory management, delivery/distribution, use (including chemical substitute research), collection,monitoring and reporting, training, disposal, and continual process efficiency; each which poses its own costs and risks. Objectives of this requirement include but are not limited to: 1. Decreasing purchase and waste disposal costs. 2. Reducing compliance and liability burden on the Government. 3. Proactive customer satisfaction and corporate image. 4. Reducing customer wait time. 5. Purchasing HM in appropriate volumes. 6. Procuring HM in the unit of issue and unit of measure required by the customer. 7. Centralizing purchasing, maintaining visibility across all sites to avoid duplicated purchases. 8. Lowering inventory management costs. 9. Maintaining an accurate inventory and ensuring HM containers are clearly identified and tracked accurately by serial number (cradle to grave). 10. Sustaining accurate data management. 11. Maintaining visibility of HM in-transit. 12. Storing and issuing IAW First-In, First Out (FIFO) procedures. 13. Redistributing excess HM to avoid disposal costs 14. Sustaining regulatory compliance The effort will be solicitated�as a�full and open competition (unrestricted) utilizing FAR Part 15, Contracting by Negotiation, and evaluated in accordance with FAR 15.101-1, Tradeoff process. It will be solicited as an Indefinite Delivery Indefinite Quantity contract(s) with a five-year ordering period, which will include staggered four-month transition period(s).� The estimated ordering period timeframes for this requirement are shown below. Ordering Period 1:� September 1, 2021 � August 31, 2022* Ordering Period 2: �September 1, 2022 � August 31, 2023 Ordering Period 3: �September 1, 2023 � August 31, 2024 Ordering Period 4:� September 1, 2024 � August 31, 2025 Ordering Period 5: �September 1, 2025 � August 31, 2026 *Includes a staggered 120-day transition The Government intends to award one or more contract(s) for this requirement.� Task orders for each location will be issued with the basic contract award(s).� It is anticipated that contract award(s) will be made in August 2021. The NAICS code and Size Standard are 493110 and $30 million, respectively. All documents related to this notice will be posted to the beta.sam.gov website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations. The tentative timeframe for issuance of the Request for Proposal for the above stated requirement is anticipated the final week of December 2020 or the first week of January 2021. A pre-proposal conference and site visits will be scheduled. Further information and instructions for registering for the pre-proposal conference and site visits will be posted to the beta.sam.gov website. Any questions concerning this acquisition should be directed to the Acquisition Specialist, Eric Berns at eric.berns@dla.mil��AND Contracting Officer Jada Weaver at jada.weaver@dla.mil. All questions should be submitted in writing via email to the above points of contact.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a4bc13d669ce4f4a98c784f46479a826/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05871088-F 20201212/201210230140 (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 |