Two Warehouse Support Specialists
Status Awarded
Contract number DND-15/0026945
Solicitation number DND-15/0026945
Publication date
Contract award date
Contract value
Status Awarded
Contract number DND-15/0026945
Solicitation number DND-15/0026945
Publication date
Contract award date
Contract value
This contract was awarded to:
Request for Proposal (RFP) – DND-15/0026945- Two Warehouse Support Specialists
Requirement
The Department of National Defence has a requirement for the professional services from two Warehouse Support Specialists to assist the Quality Engineering Test Establishment in the performance of supply and inventory control functions.
It is intended to result in the award of one (1) Contract for three years, plus 1 one-year irrevocable option allowing Canada to extend the term of the contract.
There is a security requirement associated with this requirement.
This procurement is subject to the Controlled Goods Program.
The requirement is subject to the provisions of the WTO-AGP, NAFTA, CCFTA, AIT, CPFTA, CColFTA, and CPanFTA if it is in force.
Tasks
1. The two Warehouse Support Specialists must perform the following:
1.1.1 Materiel Management Tasks:
a. Manage the disposal of surplus assets using the Defence Resource Management InformationSystem ( DRMIS) Materiel Management Module provided by the Technical Authority;
b. Initiate requests to replenish current inventories;
c. Manage the distribution of assets using the DRMIS Materiel Management Module;
d. Maintain an inventory of items received and issued to provide a clear and auditable record ofthe operations;
e. Initiate, verify and modify cataloguing data in the DRMIS, and the Canadian GovernmentCataloguing System (CGCS);
f. Set up, maintain and manage customer accounts in support of DRMIS activities; and
g. Liaise with Equipment Program Managers for supply related activities in support of
configuration management.
1.1.2 Warehousing/Storesman Tasks:
a. Assist in the receipt and issue of stock items;
b. Return incorrect or obsolete parts back to supplier with proper documentation;
c. Monitor inventory levels of assets;
d. Withdraw from stock, and verify the commodity, size and lot with the requirements in thecomputerized inventory system, and document issues in the standard stock record accounts if required;
e. Receive and unpack goods manually, check packing slips against stock received and record incoming materials in DRMIS.
f. Prepare materials for shipment;
g. Participate in random and full inventory stock verifications;
h. Operate and maintain material handling equipment;
i. Ensure general housekeeping; and
j. Perform additional warehouse support services such as cleans the storeroom and otherassigned areas.
Mandatory Criteria
M1:
The Bidder must clearly demonstrate that each proposed resource has a minimum of twelve (12) months experience within the last three (3) years in managing inventories using SAP Materiel Management module.
M2:
The Bidder must clearly demonstrate that each proposed resource has a minimum of eighteen (18) months combined experience within the last four (4) years performing all the following tasks:
• shipping and receiving goods,
• preparing materials for shipment, and
• operating and maintaining materiel handling equipment.
M3:
The Bidder must clearly demonstrate that each proposed resource has a minimum of twelve (12) months experience using the MS Excel and twelve (12) months experience using the MS Word within the last two (2) years.
M4:
The Bidder must clearly demonstrate that each proposed resource has a minimum of secondary school diploma/certification.
Bid Prep Instructions: To demonstrate, the Bidder must provide a copy of the diploma, certification or other verifiable proof. Canada may, at any time, request a copy of the degree or certification to verify the information, if it is not provided with the bid.
Basis of Selection – Mandatory Technical Criteria
A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.
Where two or more proposals achieve technically responsive proposals with an identical lowest price, the proposal with the most experience in Mandatory Criterion M1 will be recommended for award of a contract.
Refer to the description above for full details.