Skip to main content

An official website of the United States government

You have 2 new alerts

Logistical Operations Support

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Mar 06, 2024 12:21 am PST
  • Original Response Date: Mar 13, 2024 09:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Port Hueneme , CA
    USA

Description

NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine industry capabilities. Firms having the capabilities to perform the tasking described in the attached Performance Work Statement (PWS) are encouraged to respond.  Determination by the Government on the method of competition for this requirement has not been established. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.  Any information submitted by respondents to this notice is strictly voluntary.  The Government will not award any contract based on the information received from this Sources Sought Notice.  NAVSUP FLCSD is interested only in identifying interested and capable businesses, and to stimulate industry awareness and gain feedback to improve the acquisition environment/ process.

In order for the Government to make a determination, it is emphasized that contractors provide sufficient written information to indicate their capacity and capability to successfully meet the requirement.  If interested, it would interest the Government to provide the following information:

  • Business size category;
  • DUNS number and CAGE code;
  • GSA, Seaport, SEWP, or any established contract vehicle numbers;
  • Demonstrate your company's ability and capacity to provide required items; and include any past performance information on Government contracts of similar nature, size, scope and complexity.

All interested parties should provide a Statement of Capability (no more than 10 pages).  Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. No request for capability briefings will be honored as a result of this notice.  Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature.

The proposed North American Industry Classification Systems (NAICS) Code is 561210 Facilities Support Services, which has a corresponding Size standard of $47M, but your suggestions other applicable NAICS may be considered. The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all business sizes, to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and SBA certified Women-Owned small business concerns.  The Government requests that interested parties respond to this notice if applicable and identify your business size status to the identified NAICS code. 

The objective of this contract is for a contractor to provide a variety of logistical operational tasks in support of NCG-1 Port Hueneme, CA, CBMU 303 San Diego, CA and UCT-Two, NBVC in Port Hueneme, CA. The supply technicians shall assist the units Functional Area Supervisor (FAS). The Supply Technicians would also be responsible for managing the Non-CESE Table of Allowance (TOA), Augment equipment support. Contractor support is also required to manage the TOA of the NCFCCA, including the operational readiness, disposition, and inventory control of approximately 2,400 pieces of CESE its associated collateral equipment as well as non-CESE TOA, of approximately 400,000 line items.  Contractor will also provide DPAS support and is considered the expert on unit TOA readiness and accountability as it pertains to the Readiness and Cost Reporting Program (RCRP) and/or the DPAS, and reports directly to and advises the TOA Manager (N43) of NCG 1 on all readiness issues related to TOA, supply readiness, and TOA accountability to include items over $5,000 purchased with NCG 1 or subordinate unit’s Operational Target (OPTAR). Additionally, the Contractor will work with the NCG 1 Readiness Manager and unit RCRP/DPAS Equipment managers to ensure accurate unit readiness reporting of unit TOA’s and Consolidated SEAB

Responses are due no later than stated due date to Nelson J. Arias, Contract Negotiator, via email to nelson.j.arias.civ@us.navy.mil.  Use “RFI NOTICE_ Logistical Operations Support” in the subject line.

Contact Information

Contracting Office Address

  • 3985 CUMMINGS ROAD BLDG 116
  • SAN DIEGO , CA 92136
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 28, 2024 08:55 pm PDTSources Sought (Original)