SOURCES SOUGHT
56 -- Logistical Support of Fence Project, Department of Homeland Security. Primary duty is to procure long-lead item supplies, stage them in a warehouse and coordinate deliveries with the commercial construction contractors.
- Notice Date
- 1/16/2008
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
- ZIP Code
- 94105-2195
- Solicitation Number
- W912P7-08-S-0001
- Response Due
- 1/31/2008
- Archive Date
- 3/31/2008
- Point of Contact
- Fernando Garcia, 415 503-6989
- E-Mail Address
-
Email your questions to USA Engineer District, San Francisco
(fernando.garcia@spd02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Brief Background Information: The Department of Homeland Security (DHS), Bureau of Customs and Border Protection (CBP) is responsible for the management, control and protection of our nations borders at and between the official ports of entry . The mission of the CBP is to prevent terrorist and terrorist weapons from entering the U.S., while simultaneously facilitating global trade (the flow of people and trade across our borders). The CBP desires to increase and extend control of the border and ports of entry via a tactical infrastructure program that includes reinforced fencing. For purposes of this notice, emphasis is placed on fencing only. Presently, this will encompass the Southwest Border States of Texas, New Mexico, Arizona, and Cali fornia. The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of supplies regarding fence materials. For example, wire mesh designs include the use of 8 gauge, 6 gauge, 4 gauge, or a combinati on thereof, along with their support materials. This notice is not a request for competitive proposals or quotations. It is anticipated that the following services will be required: purchasing/providing supplies, warehousing, stockpiling and accou ntability of commercial items (supplier/distributor capabilities), to include the financial capacity to obtain and store items up to several months, along with associated security measures. Key components of this work include timely responses (within 24 hours (critical) and within 48 hours (routine) to furnish requested supplies to contractors at various work sites along the State borders identified above. The Contractor will have experience in control and management of commercial items, including tra nsportation and distribution of items for the States identified above. The Contractor will meet Conflict of Interest requirements. The Contractor will have demonstrated Project Management skills as applied to: project reporting, cost reporting, and change order management practices. Potential sources must submit a capability statement of no more than three (3) pages in length, which addresses the following key areas: (1) TECHNICAL Knowledge and past experience specific to the varying types of work described above. Submit only current and past projects that are not more than three (3) years old with a brief description of the contractors responsibilities. (2) MANAGEMENT Potential sources should identify their management experience for support of concurrent, open firm, fixed-firm and/or cost plus fixed fee task orders, and their ability to track costs and schedule under cost reimbursement type task orders. (3) BUSINESS SIZE Potential sources need to identify whether or not they are a Large, Small, Small-Disadvantaged, Woman-Owned Small, or 8(a) business. (4) ACCOUNTING AND PURCHASING SYSTEM STATUS Potential sources shall identify whether or not their current accounting system has been approved by the Federal Government for cost reimbursement contracting. All interested parties may respond or submit statement of qualifications. This notice is not a request for competitive proposals or quotations. A determination by the Government not to compete this proposed contract is withi n the discretion of the Government. Point of Contact: All responses are due to the U.S. Army Corps of Engineers, San Francisco District, Contracting Division, Attn: Mr. F. Garcia, 1455 Market Street, San Francisco, CA 94103-1398, not later than 4PM PS T on January 31, 2008. Potential period of performance: three (3) years. You may submit your responses via e-mail to: spnct@usace.army.mil
- Place of Performance
- Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 1455 Market Street San Francisco CA
- Zip Code: 94103-1398
- Country: US
- Zip Code: 94103-1398
- Record
- SN01486873-W 20080118/080116225038 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |