Inactive
Notice ID:M67004-19-R-0004
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SY...
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS. THE GOVERNMENT WILL NOT REIMBURSE THE RESPONDENT FOR ANY COSTS ASSOCIATED WITH PREPARING OR SUBMITTING A RESPONSE TO THIS NOTICE. THE GOVERNMENT RECOGNIZES THAT PROPRIETARY DATA MAY BE A PART OF YOUR SUBMITTAL. IF SO, CLEARLY MARK SUCH RESTRICTED OR PROPRIETARY DATA AND PRESENT IT AS AN ADDENDUM TO THE NON-RESTRICTED/NONPROPRIETARY INFORMATION. The Marine Corps Logistics Command (MCLC), Albany, GA is conducting market research to identify potential sources with the capacity and technical capability necessary to successfully operate and manage the USMC Consolidated Storage Program (CSP) worldwide (Continental United States (CONUS) and outside the Continental United States (OCONUS)) network and to maintain total asset visibility utilizing the Government-owned Contractor-operated (GOCO) and the Defense Property Accountability System - Warehouse Module (DPAS-WM). MCLC is contracting for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program (CSP) network. These efforts include overall coordination, streamlining, and supervision of operations within the Individual Issue Facilities (IIF) and Unit Issue Facilities (UIF) to include: Individual Combat Clothing and Equipment (ICCE); Chemical, Biological, Radiological, and Nuclear Defense (CBRN-D) equipment; Special Training Allowance Pool (STAP); Soft-walled Shelters and Camouflage Netting (SWS&CN);Non-Destructive Test Equipment Armor Inspection System (NDTE-AIS) for Ballistic Plates and the Barstow Distribution Center. These services are to be provided to Marine Expeditionary Forces (MEFs), Sailors, and other authorized customers (e.g., Government civilian employees, Contractor personnel, Individual Augmentees (IAs), and Individual Ready Reserves (IRRs) (henceforth denoted "customers") in a professional, courteous, and timely manner as directed. Presently operating with over 50 facilities at approximately 21 geographic locations worldwide. This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant contract is anticipated to be Firm Fixed Price and Time & Material type of contract. This requirement fall under the North American Industry Classification System (NAICS) code 541614 - Process, Physical Distribution, and Logistics Consulting Services, Small Business Administration table of small business size standard is $15.0 million. Interested firms must demonstrate in their qualification statement that they are qualified to perform these rebuilds under this NAICS code. This acquisition is not set aside for small business. Firms responding to the Sources Sought Notice are requested to provide the MCLC all appropriate documentation (i.e., a detailed capability statement and/or relevant past performance history documenting its ability to perform similar requirements) -- to support its ability to carry-out the requirements listed herein via e-mail. The capability statements shall not exceed twenty (20) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; and 3) Familiarity and product knowledge. Responses are due within 5 calendar days after date of publication (4 Dec 2018) of this sources sought, and shall be electronically submitted to: felecity.burns@usmc.mil. This sources sought should not be construed as commitment by the Government for any purpose. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow-up information requests. If a solicitation is released, it will be via FedBizOpps (http://www.fedbizopps.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this Source Sought Notice or a future solicitation. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Source Sought Notice.