Search Contract Opportunities

Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.0   91

ID: N0002324R0001 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 10, 2024, 5:50 p.m. EDT

Amendment 0001:

The purpose of this amendment is to incorporate changes as a result of the Question and Answers from the solicitation. Section B, Section C, Section H, Section L and Section M have been amended.

No additional questions shall be answered by the Government.

The hour and date for receipt of Offer is not extended.

Amendments:

1. Section C - Descriptions and Specifications, Performance Work Statement 1.5 amended to:

The geographic scope and regions covered by this contract include ALL locations on and off U.S. Government installations identified in Table 1, Region and Locations . The contractor shall be able to deliver and perform all ELINs and performance work statement requirements in all regions, which includes all locations in each country within the region.

2. Section H - Special Contract Requirements, H.2 ORDERING PROCEDURES, H.2.1.2 amended to:

Price will generally be the most important criteria for task order selections, but the Federal Agency may award the task order to other than the lowest priced offeror. When awarding a task order, the Authorized Ordering Officer may consider past performance (including personal knowledge of the contractor's performance on prior task orders and QASP reports), and any other factors relevant to determining whether the contractor is capable of providing better value in performing the services required by the DoD for an upcoming task order (including proposed approaches to addressing any special technical features of the supplies and services required for effective performance of the task order).

3. Section H - Special Contract Requirements, H.4 USAFRICOM MANDATORY ELIGIBILITY FOR CONTRACT AWARD AND ACCESS TO U.S. GOVERNMENT INSTALLATION, EQUIPMENT, PERSONNEL, AND INFORMATION, H.4.1.6 incorporated:

U.S. prime contractors and subcontractors are not required to register and/or meet registration requirements for JCCS in AFRICOM.

4. Section L - Instructions, Conditions and Notices to Bidders, L.3.1.1 amended to:

The total proposal length including all content in L.4 shall not exceed 75 single-sided pages (excluding Signed Standard Form 33 Solicitation, Offer, and Award , Cover Page, Table of Contents, Index, Completed Representations and Certifications (Section K), Attachment 1 Past Performance Information and Questionnaire(s), Completed Contractor Performance Assessment Reporting System (CPARS) reports, Other Past Performance Information, Copies of Certificate of Registration/Licenses, Memorandum of Association, Joint Venture Agreements, Copies of Certifications, Quality Procedures, and Financial Statements and/or Information).

5. Section L - Instructions, Conditions and Notices to Bidders, L.3.1.3 amended to:

All proposals shall be written using Times New Roman font with no less than 11 point font size including graphics, charts, and other materials (excluding Signed Standard Form 33 Solicitation, Offer, and Award Cover Page, Table of Contents, Index, Completed Representations and Certifications (Section K), Attachment 1 Past Performance Information and Questionnaire(s), Completed Contractor Performance Assessment Reporting System (CPARS) reports, Other Past Performance Information, Copies of Certificate of Registration/Licenses, Memorandum of Association, Joint Venture Agreements, Copies of Certifications, Quality Procedures, and Financial Statements and/or Information).

6. Section L - Instructions, Conditions and Notices to Bidders, L.4.1.3 amended to:

Offerors shall be able to deliver and perform all ELINs and performance work statement requirements in all regions, which includes all locations in each country within the region, proposed.

7. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.1 amended to:

Cover Letter: Offerors shall submit a cover letter, not to exceed two (2) pages, clearly identifying the Global Region(s) in which the proposal includes. Offerors shall make an affirmative statement in which the offeror agrees to comply with the terms and conditions of the contract.

8. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.5 amended to:

In addition to the general standards in FAR 9.104-1 to be determined responsible, the prospective contractor must have completed all registration requirements for access to US government installation, equipment, and personnel in the US Government Information Technology (IT) Joint Contingency and Expeditionary Services (JCXS) system containing the Joint Contingency Contracting System (JCCS) module found at www.JCCS.gov for Regions in USCENTCOM and USAFRICOM. This registration shall be maintained throughout the performance of the contract. See also M.2.4 and M.2.5. U.S. prime contractors and subcontractors are not required to register and/or meet registration requirements for JCCS in AFRICOM.

9. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.5.1 amended to:

In AFRICOM Regions, a subcontractor with an estimated subcontract value over $50,000.00 must have completed all registration for access to US government installation, equipment, and personnel in the US Government Information Technology (IT) Joint Contingency and Expeditionary Services (JCXS) system containing the Joint Contingency Contracting System (JCCS) module found at www.JCCS.gov. Tier-1 subcontractors must also be registered in JCCS.gov and maintain registration throughout the performance of the contract. The prime contractor is responsible for the tier-1 subcontractor(s) JCCS registration and may be determined non-responsible based upon subcontractor non-registration. U.S. prime contractors and subcontractors are not required to register and/or meet registration requirements for JCCS in AFRICOM.

10. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.5.1, Installation Access: if applicable, offerors shall provide a self-declaration that it can meet all terms and conditions set forth in Section I Clause 252.225-7980, deleted.

11. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.7 amended to:

Responsibility Documentation: A narrative documenting the offeror's responsibility that addresses each of the general responsibility in M. Additional documentation instructions for standards included below.

12. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.7.1.1 amended to:

For each past performance example, the offeror shall fill out Attachment 1 Past Performance Information and Questionnaire and return it with its proposal. Completed Contractor Performance Assessment Reporting System (CPARS) reports may be provided in lieu of Attachment 1 Past Performance Information and Questionnaire(s). Other Past Performance Information may be provided in lieu CPARS reports and Attachment 1 Past Performance Information and Questionnaire.

13. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.7.1.3, A demonstration that the offeror can comply with the required performance schedule, including a transition plan deleted.

14. Section L - Instructions, Conditions and Notices to Bidders, L.4.2.7.1.7, Certificate of registration of the company, deleted.

15. Section M - Evaluation Factors for Award, M.1.0 amended to:

The Government is utilizing the authority provided underneath FAR 15.304(c)(ii)(A) for this solicitation. Pursuant to this authority, price or cost will not be evaluated as a factor for award. Instead, all qualifying offerors will be considered for an award.

16. NAICS Code, 541614 - Process, Physical Distribution, and Logistics Consulting Services, added to Section B.

Three (3) attachments included:

1. N0002324R0001 Amendment 0001 SF 30 (Refer to Section L & M for information providing a completed SF 30 with Offer)

2. N0002324R0001 Amendment 0001 Conformed SF 33 (Refer to Section L &M for information providing a completed SF 33 with Offer)

3. N0002324R0001 Amendment 0001 Questions and Answers

Original Solicitation:

This is a Request for Proposal (RFP) for Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.0.
Questions in response to this RFP are due no later than July 8, 2024 at 1000 EST (Eastern Standard Time). Questions received after this time shall not be considered.
Proposals are due no later than July 31, 2024, at 1000 EST.
Please read the solicitation carefully for full details.

Posted: June 26, 2024, 3:29 p.m. EDT
Posted: June 26, 2024, 3:22 p.m. EDT
Background
The Naval Supply Systems Command (NAVSUP) is issuing a Request for Proposal (RFP) for the Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.0. The purpose of the contract is to support the six phases of the continuum of military operations in support of the Geographic Combatant Command’s joint operations, coalition partners, and other United States Federal Agencies.

Work Details
The contract includes various services and supplies such as Base Operations and Life Support Services, Construction Equipment, Material Handling Equipment, Lodging, Conference, and Catering Services, Medical Services, Force Protection Services, Communications Services, Logistics and Transportation Services, Other Services, Class I – Food, Rations, and Water Supplies, Class II – Clothing Supplies, Class III – Petroleum, Oils, and Lubricants Supplies, Class IV – Construction Materials Supplies, Class VI – Personal Items Supplies, Class VIII – Medical Supplies, and Other Supplies. The contractor is required to provide management and integration services to incorporate one or more SUBCLIN(s), identified ELIN(s), and reserved ELIN(s) at the task order level.

Period of Performance
The contract has a 5-year maximum ordering amount of $1.425 billion and a 5-year option maximum ordering amount of $1.425 billion. The total maximum ordering amount for the contract is $2.85 billion.

Place of Performance
The geographic scope of the contract covers various regions including North America, Caribbean & Bermuda, Central America, South America, Middle East, Bahrain, United Arab Emirates, Africa, Eastern Europe & Western Asia, Western Europe, Mainland Asia, Japan, Indian Ocean, Sri Lanka, Australia & Oceania, Pacific Islands, Philippines, Indonesia Malaysia & Singapore Thailand Vietnam Southeastern Asia Continental US Hawaii US Pacific Ocean Outlying Territories and US Atlantic Ocean Outlying Territories.

Overview

Response Deadline
July 31, 2024, 10:00 a.m. EDT Past Due
Posted
June 26, 2024, 3:22 p.m. EDT (updated: July 10, 2024, 5:50 p.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
Mechanicsburg, PA 17050 United States
Source
SAM

Current SBA Size Standard
$20 Million
Pricing
Likely Fixed Price
Est. Level of Competition
High
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Signs of Shaping
62% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 6/26/24 Naval Supply Systems Command issued Solicitation N0002324R0001 for Naval Supply Systems Command (NAVSUP) Worldwide Expeditionary Multiple Award Contract (WEXMAC) 2.0 due 7/31/24. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 541614 (SBA Size Standard $20 Million) and PSC R706.
Primary Contact
Name
Thomas Kunish   Profile
Phone
None

Secondary Contact

Name
LCDR Sand Miller   Profile
Phone
None

Documents

Posted documents for Solicitation N0002324R0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation N0002324R0001

Award Notifications

Agency published notification of awards for Solicitation N0002324R0001

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N0002324R0001

Contract Awards

Prime contracts awarded through Solicitation N0002324R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N0002324R0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation N0002324R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP OTHER HCA > MISC > NAVAL SUPPLY SYSTEMS COMMAND
FPDS Organization Code
1700-N00023
Source Organization Code
100210838
Last Updated
Jan. 1, 2025
Last Updated By
thomas.r.kunish.civ@us.navy.mil
Archive Date
Dec. 31, 2024