Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

M1GZ Warehousing & Support Services

Process Number N0018922R0010

USA

Dates:


Notice ID:

N0018922R0010

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVSUP FLT LOG CTR NORFOLK

Office:

NAVSUP FLT LOG CTR NORFOLK

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

jan 07, 2022 04:37 pm est

Original Published Date:

0000-00-00 00:00:00

Updated Response Date:

jan 19, 2022 10:00 am est

Original Response Date:

jan 19, 2022 10:00 am est

Inactive Policy:

15 days after response date

Initiative:
  • None***--***

Classification:


Original Set Aside:

women-owned small business (wosb) program set-aside (far 19.15)

Product Service Code:

m1gz - operation of other warehouse buildings

NAICS Code:

541614 - process, physical distribution, and logistics consulting services

Description:


Original Set Aside:

Pre-Solicitation Synopsis The Contracting Department, NAVSUP Fleet Logistics Center, Norfolk, VA, 23511-3392 intends to negotiate a Firm Fixed Price Level of Effort type contract pursuant to FAR Part 15, “Contracting by Negotiation,” FAR Part 12, “Acquisition of Commercial Items” and FAR Subpart 19.15, "Women-Owned Small Business Program." The contractor shall provide NAVSUP FLCN, logistical support services, warehousing, kitting, inventory control and physical material distribution expertise. Fleet Logistics Center Norfolk (FLCN), Logistics Division determines the logistics requirements of the Fleet and delivers the full spectrum of necessary resources in order to maximize Fleet readiness and sustainment by conducting a Real-Time Reutilization Asset Management (RRAM) program; and support the FLCN Maintenance Teams by providing Integrated Logistics Support (ILS) and material distribution for ship repair, modernization and new construction. The services will support FLCN - Logistics Division by providing Physical Distribution to various commands, provide warehouse support services for the Mid-Atlantic Regional Maintenance Center (MARMC) Shipping/Receiving Center and Integrated Logistics Overhaul (ILO) Maintenance Support Assistance Team (MSAT) support. The North American Industry Classification System (NAICS) code for this acquisition is 541614 with a size standard of $16.5 million. This acquisition is to be processed through full and open competition after exclusion of sources in accordance with FAR 19.15 Women-Owned Small Business Program). The resulting contract will be for the period of a twelve (12) month base year (starting approximately 28 May 2022) and four (4) twelve month option years to include FAR 52.217-8 “Option to Extend Services”. All options will be evaluated. A complete RFP package will be available on or about 19 January 2022 by downloading the documents at the System for Award Management (SAM) website at SAM.gov. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will no longer issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220, or via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.

Attachments / Links:


Document Size Updated date Download

Contact Information:


ATTENTION CODE 301 1968 GILBERT STREET SUITE 600

NORFOLK , VA 23511-3392

USA

Primary Point of Contacts:

Courtney Dunlow