SOURCES SOUGHT
V -- Logistics Services
- Notice Date
- 6/30/2005
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-05-R-00001
- Response Due
- 8/1/2005
- Archive Date
- 8/16/2005
- Description
- This announcement is issued for informational and planning purposes only. This is a sources sought for the Internal Revenue Service (IRS) Logistics Services requirement. It is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this market research or otherwise pay for the information solicited. Responses to this notice will not serve as proposals, bids, or offers which could be accepted by the Government to form a binding contract. The Internal Revenue Service (IRS) intends to obtain through competition (if considered more economical) the services required to support Real Estate and Facility Management (REFM) Logistics Services function. The requirement will encompass warehousing, transportation, repairs, other logistic services, work order processing, and an associated management information system that directly or indirectly support approximately 100,000 IRS employees located at approximately 725 offices throughout the contiguous United States, including ten Campus locations, three Computing Centers, and the Washington DC Metropolitan Area. It is the Government?s intent to solicit the aforementioned commercial activities under the purview of OMB A-76 Circular (as revised on May 29, 2003) with a period of performance of a base year and four (4) one year option periods. Reference to these services is not meant to be all-inclusive, but only meant to convey a reasonable idea of the types of services that will be included in the proposed public-private A-76 competition. The Government is considering a firm-fixed price contract type with some Indefinite Delivery ? Indefinite Quantity contract line items. A previous version of the draft solicitation (Draft TIRNO-05-R-00001) was released on December 16, 2004. The Performance Work Statement (PWS) has been revised and the updated document has been posted to the IRS Procurement website: http://www.irs.gov/opportunities/procurement/index.html. The IRS has prepared a Request for Proposals (RFP) and release of the final RFP is eminent. A separate notice to formally announce this acquisition will be issued in the FedBizOpps. The objective of this sources sought announcement is to provide advance notice of the changes to the PWS from the previous draft RFP, to solicit comments from interested parties regarding site visits for the proposed solicitation, and to obtain additional technical capability statements from interested parties capable of performing the above referenced functions by providing information on key staff experience, a description of corporate experience and a description of primary services provided to either the government or commercial customers, as well as the NAICS code(s) for the supplies/services. Specifically describe your firm?s ability to meet the scope of the requirement, managing peak workload volumes, special handling and management of secure documents, experience in inventory management (e.g., tracking, logging, and reporting), and other related logistic support services. With regards to comments pertaining to the site visits, please provide this office with your comments regarding the number of sites visits that will best facilitate the development of a response to the proposed requirement as well as any other related concerns regarding this matter (e.g., locations). Further, all interested parties are hereby invited to submit a technical capability statement of no more than fifteen pages to illustrate technical capabilities. In addition to information provided by your technical capability statements, provide a total of five present and past performance references of similar contracts that have been completed in the past five years. References should include a current point of contact with valid phone number for both contractual and technical disciplines, a brief statement of the scope of work, contract duration and the total dollar amount. No page limit on present and past performance information. Responders should identify any information they consider to be sensitive or proprietary. Teaming arrangements, subcontracting and mentor prot?g? programs are encouraged. Responses submitted will assist the Government in their market research in determining the availability of commercial sources and the acquisition strategy in terms of set-aside or full and open requirement. In order for the IRS to assess set-aside possibilities, interested parties shall also include a cover letter that includes company name, points of contact, telephone numbers, fax numbers, e-mail addresses for points of contact, prime or sub-contractor interest, and identifies the company as one or more of the followings: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; (6) veteran-owned small business; (7) service-disabled veteran-owned small business, or (8) large business. Interested parties are requested to submit responses electronically to e-mail: *Logistics Support@irs.gov to the attention of Pamela Lee by 10 A.M. EDST on August 1, 2005. Or, responses may be addressed to: Internal Revenue Service, Procurement, OS:A:P:CSA:B, Attn: Pamela T. Lee, 6009 Oxon Hill Road, Oxon Hill, MD 20745. E-mail responses requiring more than 5 megabytes of memory must be sent as separate files.
- Place of Performance
- Address: Washington, D.C.
- Zip Code: 20224
- Country: U.S.A.
- Zip Code: 20224
- Record
- SN00840079-W 20050702/050630212416 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |