Pennsylvania Bids > Bid Detail

Request for Information - FSG 80 Logistics Support

Agency:
Level of Government: Federal
Category:
  • 80 - Brushes, Paints, Sealers, and Adhesives
Opps ID: NBD00159249063714966
Posted Date: Feb 7, 2024
Due Date: Apr 8, 2024
Source: https://sam.gov/opp/1a4be6edc3...
Follow
Request for Information - FSG 80 Logistics Support
Active
Contract Opportunity
Notice ID
SPE8EG24
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
TROOP SUPPORT CONSTRUCTION & EQUIPMENT
Office
DLA TROOP 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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2024 10:23 am EST
  • Original Response Date: Apr 08, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8010 - PAINTS, DOPES, VARNISHES, AND RELATED PRODUCTS
  • NAICS Code:
  • Place of Performance:
    Philadelphia , PA 19111
    USA
Description

REQEUST FOR INFORMATION





I. Description:



DLA Troop Support hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to provide logistics support for commercial paints, preservative and sealing compounds, and adhesives in Federal Supply Group (FSG) 80. Responsibilities include providing wholesale supply, storage, and distribution of FSG 80 items ordered by DLA customers. This includes logistics support for commercial items of a similar nature that require proficient management of shelf life, hazardous material (HAZMAT), and cold storage procedures. Items covered include, but are not limited to, Federal Supply Classes (FSCs) 8010 (paint, lacquer, enamel, polyurethane, varnish, epoxy, aerosol), 8030 (sealing compound, primer, sealant, insulator) and 8040 (adhesive, tape, resin, glue pen). FSC 820 will not be included under this initiative. These products will be Commercial, Non-commercial or Qualified Products List (QPL) items. Currently DLA issues approximately 129,351 delivery orders annually worth an estimated $85.4 million.





II. Contractor Responsibilities:



The Contractor shall be responsible for supplying and providing integrated support for FSG 80 items including, but not limited to, FSCs 8010, 8030 and 8040 National Stock Numbers (NSNs) to Defense Logistics Agency (DLA) customers through Customer Direct shipments to Continental US (CONUS) and Outside Continental US (OCONUS) locations, including the replenishment of Forward Stocking Locations (FSLs). DLA’s customers include the Department of Defense (DoD), other civilian agencies, and Foreign Military Sales (FMS).



The Contractor shall perform comprehensive supply chain management of FSG 80 products to include but not limited to the following:




  • Procurement of Materials

  • Planning & Forecasting

  • Order Processing & Purchasing

  • Inventory Management

  • Quality Control

  • Shelf-Life Management

  • Storage, Packaging, Transportation & Distribution

  • Temperature Controlled Storage and Transportation (The Contractor is required to provide temperature-controlled transportation for those items specified in the Purchase Order Text (POT). The Government POT overrides the supplier or manufacturer’s specifications.)

  • Consolidation Point Shipments and Warehousing Capabilities

  • Obsolescence Management

  • Data Management & Delivery

  • Customer Support Services

  • Material Returns





The methodology used to perform these functions is at the discretion of the Contractor so long as it is effective and efficient without increasing the cost or risk to the mission performance for the customer and is IAW Federal, State, and local laws and regulations.





III. Questions



Based on the above scope of effort DLA Troop Support is requesting the following information:



1. The shelf life varies for the FSG 80 items from 3 months to 36 months depending on the item. Additionally, these items must have 85 percent shelf-life remaining at time of receipt. Presently, those items with a 12 month or less shelf-life have been in high demand. Would you be able to adhere to these shelf-life requirements? Do you have any recommendations that would best assist in managing these types of items?





2. As these items are considered hazardous material and require particular markings, proper Safety Data Sheets (SDS) and a current OSHA 29 CFR 1910.1200 HCS/GHS label for each item is mandatory. Are you willing and able to provide this documentation?





3. Many of these items are on the Qualified Products List (QPL). As a result, items procured must be obtained by the approved source(s) listed in this database. Will you be able to obtain these items from such approved sources?





4. Shipments under this contract will include Foreign Military Sales (FMS) customers. DCMA source inspection and acceptance at the Contractor’s distribution facility is required for all delivery orders designated in support of FMS. It will be the Contractor’s responsibility to contact DCMA to schedule inspection. All FMS orders shall be prepared for pickup from the Contractor’s distribution facility by the Government’s designated carrier following DCMA acceptance. FMS orders may remain at the Contractor’s facility for an extended period of time pending foreign country clearances. The Contractor should be aware of the potential impact of delays in shipping FMS items and the impact on shelf life. Items designated as FMS are not relieved from the stated shelf-life requirements due to delays in shipping authorizations.



Are you willing and able to ship material to FMS customers?





5. Transportation – Will you be able to provide transportation for this material? If not, will you be able to employ a carrier to do so?





6. Are you able to meet the delivery requirements of customer direct deliveries for all orders and all FSG 80 items for CONUS and OCONUS shipments?



If you receive an order with a Transportation Category 1 (TC1 – requisitions w/ priority rating of 01 through 03) it must be shipped and received by the customer within four (4) days, TC2 orders (requisitions w/ priority ratings of 04 through 15) must be shipped and received by the customer within seven (7) days, and TC3 orders (requisitions w/ priority ratings of 04 through 15) must be shipped and received by the customer within eleven (11) days. Please keep in mind that we cannot predict when orders will be placed by the customers. Demand is sporadic and will fluctuate. You must keep enough stock on hand to meet the demand for the items so that orders are delivered in the time frame required.



If you are unable to meet the above requirements, what are more realistic delivery requirements you could meet for TC1, TC2, and TC3 orders for CONUS and OCONUS orders?





7. Are you able to meet the delivery requirements of FMS deliveries for all orders and all FSG 80 items?



If you receive an order with a Transportation Category 1 (TC1 – requisitions w/ priority rating of 01 through 03) it must be shipped and received by the customer within thirty (30) days, TC2 orders (requisitions w/ priority ratings of 04 through 15) must be shipped and received by the customer within forty-five (45) days, and TC3 orders (requisitions w/ priority ratings of 04 through 15) must be shipped and received by the customer within sixty (60) days. As with CONUS and OCONUS orders we cannot predict when orders will be placed by the customers. Demand is sporadic and will fluctuate. You must keep enough stock on hand to meet the demand for the items so that orders are delivered in the time frame required.



If you are unable to meet the above requirements, what are more realistic delivery requirements you could meet for TC1, TC2, and TC3 orders for FMS deliveries?





8. The Annual Demand Frequency (ADF) indicates how many times this item was ordered for the most recent year. The ADF can be one hit per day or 100 hits per day, depending on the demand for the item. There is no guarantee that the ADF is spread evenly throughout the year. Would you be able to manage such items that have a sporadic ADF?





9. What capabilities/resources would you utilize to efficiently manage these items?





10. What risks do you associate with this effort and how would you mitigate those risks?





11. Do you currently have a contract to manage/warehouse/ship hazardous material?





12. Do you have the ability to manage the proper disposal of hazardous material as needed?





13. Is there any other feedback that you could provide relevant to this initiative?





Responses should include:




  1. Company Name, Cage Code, Company Address, and Place of Performance Address

  2. Point of contact, including name, title, phone, and email address

  3. Size of company and number of employees

  4. Whether the business is classified as a Large Business, Small Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business, or Women-Owned Small Business





Please send your responses to the RFI by April 8, 2024, to Jessica Sheaffer at Jessica.Sheaffer@dla.mil.





Questions regarding this announcement shall be submitted in writing by email to Jessica Sheaffer at Jessica.Sheaffer@dla.mil.





V. Disclaimer



This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any contract award be made because of this synopsis.



All information contained in the RFI is preliminary as well as subject to modification and is not binding to the Government. FAR clause 52.215-3, “Request for Information or Solicitation for Planning Purposes,” is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes.


Attachments/Links
Contact Information
Contracting Office Address
  • CONSTRUCTION & EQUIPMENT SMSG CORP 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5096
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2024 10:23 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >