Logistics Support Team FLCSD
ID: N00244-24-R-0043Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for logistics support services under solicitation number N0024424R0043, issued on September 6, 2024, with offers due by September 18, 2024, at 12:00 PM. The primary focus is to engage a contractor for a 12-month contract that provides logistics support services in accordance with a specified performance work statement. The RFP includes clauses from the Federal Acquisition Regulation (FAR) detailing eligibility criteria, such as small business classifications, including service-disabled veteran-owned businesses. The document stipulates the need for competitive bidding, emphasizing the requirement for offerors to furnish vital details, such as technical capabilities, pricing, and past performance information. It also incorporates performance standards for inspections and delivery locations. Furthermore, it reinforces compliance with various Federal requirements, including sustainability and ethical business practices in telecommunications. Through this RFP, the government aims to foster a competitive environment that prioritizes transparency, fairness, and support for small businesses while ensuring the delivery of quality logistical support within the stipulated timeframe.
    The Performance Work Statement (PWS) issued by the NAVSUP Fleet Logistics Center in San Diego outlines the logistics support required for the Logistics Support Team (LST) pertaining to Littoral Combat Ships (LCS) and Missile Destroyer Groups. The contractor will be responsible for supply support, including material pickup, verification, storage, stowing, and issuance. The PWS details the applicable directives governing logistics operations, security protocols, and safety regulations. Key tasks include handling approximately 37,000 stow/issue processes annually, maintaining warehouse organization and cleanliness, and ensuring documentation compliance. The contractor must utilize government-owned equipment for material transport and maintain accurate reporting metrics related to receipts and issued items. The work is scheduled Monday through Friday, with specific guidelines for federal holidays, safety regulations, and personnel compliance. The contract period is structured in a base year with four options for extension. Overall, the document establishes stringent operational standards to ensure effective logistics support for naval operations at Naval Base San Diego, emphasizing regulatory compliance and accurate performance metrics.
    The document is a past performance data questionnaire related to solicitation N00024-24-R-0043, issued by NAVSUP FLC San Diego. It aims to assess a contractor's previous performance on contracts to determine their likelihood of successfully fulfilling a new government contract. The file outlines the necessary information required from offerors, including contact details, contract specifics, and a description of previous efforts. It features a detailed Past Performance Quality Rating Table, evaluating contractors on various metrics such as quality of work, timeliness, responsiveness, and cost control. Each area requires feedback regarding customer satisfaction, adherence to schedules, problem resolution, and overall strengths and weaknesses of the contractor. Respondents are asked if they would award future contracts to the contractor based on past experiences. The questionnaire emphasizes the importance of gathering comprehensive performance feedback to inform contract awards and enhance government accountability in contractor selection.
    The document outlines a federal Request for Proposal (RFP) for a labor services contract regarding Warehouse Specialists over a five-year period from 2024 to 2029. It specifies a total of 20,800 labor hours per year, maintaining a workforce of 10 full-time equivalents (FTEs) consistently throughout the contract term. There is an absence of financial figures included, denoted by "Err:509," indicating unclear or missing data related to costs, labor rates, and other budgetary aspects. The document also reports zero percent for fringe benefits, overhead, and General & Administrative (G&A) costs, suggesting a straightforward labor-only contract without additional expenses. It emphasizes that the responsibility for accuracy in financial submissions lies with the offeror. The structure features sections for detailed labor categories, with multiple line item numbers (CLINs) for tracking costs and performance metrics but lacking specified monetary values. The overall intent is to secure qualified labor resources for warehouse operations while ensuring fiscal responsibility and adherence to federal contracting standards.
    The DD Form 1423-1 serves as the Contract Data Requirements List for the Department of Defense, capturing essential data pertaining to contract requirements. This form outlines various elements such as contract line items, data item numbers, titles, authority references, and required submission details. The document specifies the contractor's obligation to provide a "Materials Processed Report" that tracks Direct Turn Over (DTO) materials, detailing metrics like pallets processed, receipts processed, and stock items issued, with a daily frequency. Additionally, the form guides both government personnel and contractors on how to complete specific sections, emphasizing data packaging categories—Technical Data Package (TDP), Technical Manual (TM), or other—and the importance of distribution statements and approval processes. The pricing structure is categorized into four groups based on the data’s relevance to the primary contracted effort, detailing the expected costs associated with producing the required data items.Overall, this form is crucial for ensuring that contract data meets established standards for reporting and accountability in federal contracting processes.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for the Department of Defense. Its primary purpose is to standardize the collection and reporting of specific data items from contractors regarding their compliance with government contracts. The form includes fields for critical information such as data item numbers, titles, submission dates, and distribution requirements, as well as specific instructions for both government personnel and contractors on how to fill out the form. Key elements include the categorization of data items (e.g., Technical Data Package, Technical Manual, or Other categories), and detailed instructions regarding submission frequency, approvals, and pricing groups for production data. The document stresses the importance of accuracy and compliance to meet government standards, including specifying the government’s rights over the data. Each section of the form is designed to facilitate the tracking and management of necessary contract deliverables. This comprehensive approach ensures that data delivery aligns with DOD requirements and serves as a critical tool for enforcing accountability in government contracting, ultimately promoting transparency and efficiency in procurement processes.
    The document serves as an amendment to a solicitation for "LST Warehouse Support" by NAVSUP FLCSD, updating the cover sheet title and maintaining all other terms unchanged. It specifies that the solicitation is reserved for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) under NAICS code 493110-1, with a Firm-Fixed-Price (FFP) contract expected. Offers must be thorough and comply with outlined submission requirements, including a clear technical approach, staffing and management plans, and past performance evaluations with relevant data for three contracts. The submission must be divided into four volumes: Offer, Technical, Past Performance, and Price, adhering to specific formatting guidelines. The document emphasizes the importance of clarity and completeness in proposals, stating that ambiguous responses may lead to ineligibility. Questions must be submitted in writing before the due date, showcasing the structured nature of government procurements. Overall, this amendment reflects standard practices inherent in federal RFPs, ensuring fair and compliant evaluation of offers.
    This document is an amendment to solicitation N0024424R0043 for logistics support services provided to the Naval Supply (NAVSUP) Fleet Logistics Center San Diego, specifically for the Logistics Support Team (LST). The main purpose is to revise the Performance Work Statement (PWS) sections detailing service requirements. The contractor is responsible for supply support, including picking up, receiving, verifying, transporting, and stowing materials, with an estimation of 37,000 processes per year. The document outlines specific tasks in warehouse operations, quality standards, and compliance with various Department of Defense regulations. It specifies performance objectives, skills required for personnel, and guidelines for contractor conduct, including safety and security requirements. The contract's performance period runs from September 29, 2024, to September 28, 2025, with optional extensions for four subsequent years. In total, the document reflects strict adherence to operational protocols, emphasizing accuracy and accountability in logistics operations for naval support, aligning with federal guidelines for government contracts.
    The Performance Work Statement (PWS) details logistics support services required by the NAVSUP Fleet Logistics Center in San Diego, specifically for the Logistics Support Team (LST) managing supply operations for Littoral Combat Ships (LCS) and Missle Destroyer Group (DDG-1000). The contractor will be responsible for material handling tasks including receiving, verifying, and issuing materials, transporting goods from the Defense Logistics Agency warehouses, and maintaining warehouse cleanliness while adhering to a 99% accuracy standard in documentation and operations. The contract spans from September 29, 2024, to September 28, 2025, with options for extensions up to four additional years. Compliance with a slew of Department of Defense directives is mandatory, encompassing safety, security, and handling procedures. Further, contractor personnel must possess specific licenses, including forklift operation certifications, and be knowledgeable in hazardous material regulations. This PWS emphasizes adherence to strict reporting metrics, safety policies, and collaborative efforts with government and other contractor personnel to achieve effective supply chain management while maintaining government property integrity and compliance with established regulations.
    The document contains questions and answers related to the Request for Proposals (RFP) N00244-24-R-0043, which pertains to LST Warehouse Support Services managed by the NAVSUP Fleet Logistics Center San Diego. The primary focus is on clarifying the correct title for the cover sheet of the solicitation. It was noted that the initial title for this opportunity controversially matched the title of a different solicitation (N00244-24-R-0044) for a related service in Port Hueneme, CA. In response to the inquiry, the government has issued an amendment to ensure that the cover sheet title is correctly identified as "LST Warehouse Support for NAVSUP FLCSD." This clarification reflects the government's attention to detail in the formal RFP process, ensuring that specific solicitations are distinctly represented to avoid confusion among potential bidders and participants. The document underscores the procedural rigors involved in federal contracting and the importance of clear communication in RFP documentation.
    The document pertains to Solicitation Number N00244-24-R-0043, which solicits bids for LST Warehouse Support Services under NAVSUP Fleet Logistics Center San Diego. It addresses two main inquiries regarding the solicitation. The first question concerns the appropriate title for the Cover Sheet, initially labeled incorrectly. The government responded by issuing an amendment to correct the title to "LST Warehouse Support for NAVSUP FLCSD." The second question seeks clarification on whether Past Performance Data is necessary for bid submission, directing the inquirer to refer to Section L, paragraph 3.3.6 for guidance on submission requirements. This document highlights the procedural clarifications frequently issued in government requests for proposals (RFPs), ensuring transparency and adherence to solicitation standards for potential bidders. It reflects the government's commitment to maintain clear communication to facilitate the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Detachment Mission Package Support Facility, Port Hueneme, CA
    Active
    Dept Of Defense
    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.
    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.
    R--SAFETY SUPPORT SERVICES
    Active
    Dept Of Defense
    Presolicitation notice is prepared by the Department of Defense, specifically the Department of the Navy, for the procurement of Safety Support Services. These services are typically used to provide professional, administrative, and management support in the area of safety. The Naval Supply Systems Command Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to issue a 100% Small Business competitive solicitation for these services. The solicitation will be released on or about September 11, 2019, and interested parties are required to register with the Navy Electronic Commerce Online (NECO) and/or FedBizOpps websites to access the solicitation documents. The procurement is subject to the Total Small Business Set-Aside (FAR 19.5) and the applicable NAICS code is 541990 with a standard size of $15M. Offerors must be registered in the System for Award Management (SAM) website. All communications regarding the procurement must be submitted via email to the Contract Negotiator.
    25--SUPPORT,RETRACTABLE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 89 units of retractable support (NSN 2590015348779). This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available through the DLA's Digital Bid Board System.
    3990--Ergo Express Motorized Tugs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of four Ergo Express Motorized Tugs to enhance the operational capabilities of the Nutrition and Food Services department at the San Diego Veterans Affairs Medical Center. The tugs must meet specific requirements, including a towing capacity of 2,500 lbs, a programmable user interface, and a three-year warranty, along with installation, management, and training services for proper equipment usage. This procurement is particularly significant as it aims to modernize logistical support services for veteran care while promoting inclusivity by being set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must submit their proposals by September 17, 2024, at 09:00 Central Time, and can direct inquiries to Contract Specialist Danita Webster at danita.webster1@va.gov or by phone at 210-694-6380.
    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.
    61--NRP,POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 18 units of the NRP Power Supply, identified by NSN 6130016040660. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to fulfill the need for electric wire and power distribution equipment, which is critical for various defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions must be received in a timely manner to be considered. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    39--TRUCK,HAND
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of hand trucks, specifically NSN 3920014638450, with a total quantity of 229 units required for delivery. This solicitation is part of a Combined Synopsis/Solicitation and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in government contracting. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For further inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil.
    48--DISK,RUPTURABLE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of the rupturable disk (NSN 4820010255953). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to fulfill a critical need for valves used in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation will be available via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with quotes due within 133 days after the award date.
    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.