Detachment Mission Package Support Facility, Port Hueneme, CA
ID: N00244-24-R-0044Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

General Warehousing and Storage (493110)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command, is seeking proposals from qualified service-disabled veteran-owned small businesses (SDVOSB) for logistics support services at the Detachment Mission Package Support Facility located in Port Hueneme, California. The procurement involves a Firm-Fixed-Price contract to provide essential logistics support, including material receipt, verification, inventory management, and maintenance of warehouse operations, adhering to Navy supply procedures and safety regulations. This initiative is crucial for ensuring efficient logistics operations within the military context, with a contract duration from September 2024 to September 2029, including options for renewal. Interested parties must submit their proposals by 12:00 PM on September 17, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.

    Point(s) of Contact
    Christine Jordan, christine.jordan@navy.mil
    christine.m.jordan14.civ@us.navy.mil
    Files
    Title
    Posted
    The government file pertains to the Request for Proposal (RFP) number N0024424R0044, issued by NAVSUP FLC San Diego for logistics support services at their warehouse. The solicitation is set to close by 12:00 PM on September 17, 2024. The acquisition is specifically set aside for small businesses and includes provisions for service-disabled veteran-owned, HUBZone, and women-owned businesses. The document outlines the terms for the contract, delivery, inspection, and acceptance of supplies and services, with a clear emphasis on compliance with various federal regulations including those related to telecommunications and child labor. It specifies the need for offerors to complete various blocks in the form, denote their business classification, and adhere to performance work statements. Key evaluation criteria for awarding the contract include technical capability, pricing, and past performance. Overall, the document reflects the importance of compliance, equitable access for diverse business ownership, and detailed procedural requirements for federal contracting. This underscores the government's commitment to transparency and accountability in procurement.
    The document presents a Request for Proposal (RFP) for logistics support services from the Naval Supply Systems Command in San Diego. The solicitation number N0024424R0044 was issued on September 5, 2024, with bids due by 12:00 PM on September 17, 2024. It outlines the need for commercial logistics support services at a fixed firm price for a duration of 12 months, with options for extension for up to four additional years. Submission requirements include detailed pricing, company representations, and compliance with various government standards, including those addressing telecommunications equipment. Key evaluation criteria for proposals will include technical capability, pricing, and past performance, while ensuring compliance with federal acquisition regulations. The document underlines the importance of small business participation, specifically inviting bids from service-disabled veteran-owned, women-owned, and HUBZone small businesses. This initiative supports the government's commitment to enhancing logistics efficiency while adhering to strict regulatory and safety standards.
    The Performance Work Statement (PWS) outlines the logistics support services to be provided by a contractor to the Naval Supply (NAVSUP) Systems Command at the Fleet Logistics Center San Diego, located at the Mission Package Support Facility (MPSF). Key tasks include material receipt, verification, stowing, inventory, delivery, and maintenance of warehouse cleanliness in accordance with established Navy supply procedures and safety regulations. The contractor must comply with various directives, maintain a 99% accuracy level in material handling, and ensure quality control through regular audits and reports. The PWS specifies the required skills for positions such as Lead Warehouse Specialist and Warehouse Specialist, emphasizing experience in DOD logistics and familiarity with specific Navy policies. The contract's duration is set from September 2024 to September 2029, with options for renewal, and all work is to be conducted during standard hours at the Naval Base Ventura County. The document illustrates the structured approach to federal contracting, addressing compliance, performance metrics, and project management, crucial for maintaining effective logistics operations within the military context.
    The document pertains to the solicitation N00024-24-R-0044 and requests past performance data from agencies regarding a contractor's previous work. This information is essential for NAVSUP FLC San Diego to assess the contractor's capability to successfully fulfill government requirements. The questionnaire gathers details such as the contractor's contact information, contract specifics, and a description of prior efforts. It includes a PAST PERFORMANCE QUALITY RATING TABLE, evaluating aspects like quality of work, timeliness, responsiveness, and cost control. Additionally, the document prompts respondents to assess overall strengths and weaknesses of the contractor, their satisfaction with past awards, and to suggest any similar contracted efforts. Personal information obtained is vital for informing future contract awards and ensuring reliable service. The format emphasizes objectivity and detailed feedback to enhance the source selection process.
    This document outlines the labor hours and pricing structure for a government RFP covering a base year and four option years, specifically targeting warehouse specialist positions. Each year specifies a total of 6,240 hours per position, with a dedicated focus on Full-Time Equivalents (FTEs) for the key personnel categorized as Warehouse Specialist-21410. The pricing columns for labor, overtime, and related costs appear marked at zero, emphasizing either undefined rates or anticipated negotiations. Additionally, all overhead costs, fringe benefits, and other associated fees are denoted as 0.00%, indicating minimal financial burden in these areas. The offeror is reminded to ensure the accuracy of formulas in their proposals. This document serves as a financial and operational framework for prospective contractors responding to the RFP and is critical for compliance with federal grants and local contracts.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) mandated by the Department of Defense for outlining necessary data submissions from contractors under government contracts. It details key components for collecting and managing data, including contract line items, data item titles, submission timelines, and distribution requirements. The form categorizes data items—Technical Data Packages (TDP), Technical Manuals (TM), and others—and specifies the responsibilities of both government personnel and contractors in providing required documentation. Instructions for completion emphasize the need for clarity in referencing military specifications, tasking origins, technical oversight, and requirements for inspection and approval of submissions. Additionally, it outlines price groups correlating with the type of data and the associated costs for contractors. Overall, this document is crucial for ensuring compliance and consistency regarding data submissions in federal contracting, thus facilitating government oversight and operational efficiency in data management.
    The DD FORM 1423-1 serves as a Contract Data Requirements List (CDRL) for government contracting, specifically detailing the submission requirements for a specified data item, the "Materials Processed Report." This report, due weekly, must be submitted in a CSV format and include metrics such as receipts processed, deliveries, parts stowed, and parts processed for transfer to various entities. It requires clear definitions for each item and includes sections to capture information about the project and responsible parties, along with distribution requirements. The form outlines how to complete each item, indicating responsibilities for both government personnel and contractors. Key elements include the categorization of data requirements (Technical Data Package, Technical Manual), contract references, frequency of submissions, and approval signatures. Additionally, it delineates various price groups related to data item costs, from optional to essential requirements. This structure ensures clarity and accountability in the data submission process, facilitating proper tracking and management in alignment with government contracting standards. Overall, the form promotes transparency and effective monitoring of contractual obligations.
    The Performance Work Statement outlines the logistics support services that the contractor will provide at the Naval Supply Systems Command, Fleet Logistics Center in San Diego for the Mission Package Support Facility at Naval Base Ventura County. It includes detailed tasks such as material handling, inventory management, and compliance with applicable directives, alongside the necessary qualifications and reporting standards for contractor personnel. The period of performance runs from September 29, 2024, with options for extensions, and mandates adherence to government security, safety, and operational protocols.
    The document pertains to the Sources Sought notice N00244-24-R-0044, issued by the Navy for market research purposes. It clarifies that neither a Navy Seaport-e code nor a SeaPort contract number is required to respond, emphasizing that the notice is strictly for gathering information rather than soliciting proposals. Additionally, it notes that this initiative follows the previous effort, N00244-19-F-0594, awarded to DAVID TONICK ENTERPRISES INC., indicating there is an incumbent contractor involved. This informational document sets the parameters for interested parties to understand the requirements and the context of the current market assessment without obligation to provide contractual affiliations.
    NAVSUP Fleet Logistics Center, San Diego is soliciting responses from firms capable of providing logistics support services for the Detachment Mission Package Support Facility at Naval Base Ventura County, as outlined in the attached Performance Work Statement. Interested contractors must submit a Statement of Capability no later than May 24, 2024, including details such as business size category and relevant past performance information. Responses should be emailed to the contract specialist with the specified subject line, and all submissions are voluntary with no reimbursement for costs incurred.
    Lifecycle
    Similar Opportunities
    Logistics Support Team FLCSD
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for logistics warehouse support services under the title "Logistics Support Team FLCSD." This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves a Firm-Fixed-Price (FFP) contract to provide essential logistics support, including material handling tasks such as receiving, verifying, and transporting goods, with an estimated 37,000 processes required annually. The services are crucial for maintaining operational efficiency for the Logistics Support Team, which supports naval operations, particularly for Littoral Combat Ships and Missile Destroyer Groups. Interested parties must submit their proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil.
    Synopsis Naval Station Guantanamo Bay, Cuba Distributed Warehouse and Logistics
    Active
    Dept Of Defense
    The U.S. Navy seeks experienced vendors for distributed warehouse and logistics support at Naval Station Guantanamo Bay, Cuba. The service requirement involves providing vital material and food provisions to multiple customers, including the Naval Supply Systems Command Warehouse, Naval Hospital Warehouse, Joint Task Force Warehouse, and the U.S. Coast Guard. The contract, expected to be released around August 26, 2024, will have a base performance period through the end of 2025, with four additional one-year options. It carries a PSC code of S215 and a NAICS code of 493110, indicating a focus on warehousing and storage services. Registration on the SAM website is mandatory to access the solicitation and its updates. The successful vendor will play a crucial role in supporting military operations by ensuring the efficient distribution of supplies and provisions. This role requires a service-disabled veteran-owned small business (SDVOSB) set-aside, emphasizing the Navy's commitment to supporting veteran-led companies. Prospective vendors should carefully review the upcoming solicitation, which will outline preparation instructions, evaluation criteria, and the performance work statement. The Navy encourages vendors to frequently check the SAM website for the RFQ and any subsequent amendments. Email is the preferred method of communication for clarification requests. With a size standard of $34 million, the contract holds significant value for the selected vendor, who will be responsible for providing critical support to the U.S. military's presence in Cuba. The Navy's choice will be based on the evaluation criteria outlined in the solicitation. Vendors must ensure their applications meet all qualifications and submit them before the deadline to be considered. For any questions or further information, interested parties should contact Joseph Tolbert and Rolondo Turner via email. Their respective email addresses are provided in the opportunity overview.
    CSFE ARTIFACTS & MUSEUM PIECE UPDATES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center in San Diego, is seeking proposals for the CSFE Artifacts & Museum Piece Updates project, specifically targeting exhibit services at the Center for Seabees and Facilities Engineering (CSFE) in Port Hueneme, California. The contractor will be responsible for planning, designing, and fabricating exhibits that highlight the Navy’s construction and engineering history, with a focus on historical research, graphic design, and installation support. This opportunity is critical for enhancing educational and historical displays for military personnel and stakeholders, ensuring adherence to current museum standards. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil or by phone at 619-556-5361.
    Hazardous Waste Disposal San Diego
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to provide hazardous waste disposal services in San Diego, California. The procurement aims to identify capable firms, particularly those classified as 8(a), HUBZone, woman-owned, and service-disabled veteran-owned, to manage the transportation and disposal of various hazardous and non-hazardous wastes, including RCRA hazardous wastes, PCBs, and PFAS-related materials, in compliance with all applicable regulations. This contract is critical for ensuring safe and environmentally responsible waste management from military installations, with a proposed structure of a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity Services Contract, anticipated to span a 30-month base period followed by a 30-month option period. Interested firms must submit a capabilities package by 11:00 EST on September 20, 2024, to Andrea Tichenor at andrea.tichenor@dla.mil, with further details available in the draft documents provided.
    Removal of LCAC rubberized trash material
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center in San Diego, is soliciting bids for the removal of LCAC (Landing Craft Air Cushion) rubberized trash material at Marine Corps Base, Camp Pendleton, California. The contract requires the placement and maintenance of two metal bins for trash collection, with services scheduled as needed from October 1, 2024, to September 30, 2025, while ensuring compliance with CDC COVID-19 guidelines and preventing debris-related damage to military crafts. This procurement is crucial for maintaining sanitation and operational readiness at the base, with a total estimated cost ceiling of $47 million for small businesses under NAICS Code 562111. Interested contractors must submit their quotes by September 17, 2024, and can contact Delvin L. Moore at delvin.l.moore.civ@us.navy.mil or 619-556-6436 for further information.
    Rapid Operations Material Management (ROMM) RFP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the Rapid Operations Material Management (ROMM) project, aimed at providing engineering, integration, and logistics services over a five-year period. This procurement is set aside for small businesses and includes a range of responsibilities such as lifecycle material management, logistics support, and compliance with security protocols, including personnel security clearances and hazardous materials certifications. Proposals must be submitted by September 23, 2024, at 14:00 PM EST, and interested parties can direct inquiries to Veronica Mayhew or Jennifer Lundburg via their provided email addresses. The contract will be awarded as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with a focus on enhancing operational capabilities for military operations.
    USNS PATUXENT FY25 ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the regular overhaul and dry docking of the USNS PATUXENT (T-AO 201), with the contract anticipated to take place from April 21, 2025, to August 29, 2025. The work will be performed at the contractor's facility located on the East or Gulf Coast, and the solicitation is set aside for small businesses, reflecting the agency's expectation of receiving multiple proposals from qualified sources. Interested parties must submit a proposal in response to the forthcoming solicitation, which will be available around September 21, 2024, and are required to complete a Non-Disclosure Agreement to access technical data related to the project. For further inquiries, potential bidders can contact Robert Vance at robert.w.vance27.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Holloman Air Force Base in New Mexico. The contractor will be responsible for a range of services including conducting pre-move surveys, packing and containerizing household goods, providing cargo insurance, and managing claims, with an emphasis on adhering to performance work standards and maintaining quality throughout the process. This contract, valued at approximately $34 million, is set to span from January 1, 2025, to December 31, 2027, with options for extensions, and is designated as a Total Small Business Set-Aside, encouraging participation from small and disadvantaged businesses. Interested parties must submit their proposals by October 7, 2024, and can direct inquiries to Makenzie Meyer or Sally D. Roberts via the provided contact information.
    USS BOXER (LHD 4) FY25 Selected Restricted Availability
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the maintenance, modernization, and repair of the USS BOXER (LHD 4) during its FY25 Selected Restricted Availability. This procurement requires a highly capable contractor with substantial facilities and resources to manage complex ship maintenance tasks, as the work will be conducted on the West Coast of the United States. The selected contractor will be responsible for executing various repairs and alterations, ensuring compliance with safety and quality standards, and maintaining operational readiness of the naval vessel. Proposals are due by September 25, 2024, with the contract expected to be awarded around December 2024, and the work scheduled to commence in April 2025 and conclude by August 2026. Interested parties should contact LT Jourdan Jenkins at jourdan.e.jenkins.mil@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments.