DOCUMENT
99 -- Storage of Seized & Forfeited General Property - Package #1
- Notice Date
- 8/26/2008
- Notice Type
- Package #1
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
- ZIP Code
- 20220
- Solicitation Number
- A-08-TEOAF-001
- Archive Date
- 10/11/2008
- Point of Contact
- Dwight Stephens,, Phone: (202) 622-0632, Alan C Cornwall,, Phone: 202-622-0464
- E-Mail Address
-
dwight.stephens@do.treas.gov, alan.cornwall@do.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Department of the Treasury, Departmental Offices, Procurement Services Division, Washington, DC is issuing this sources sought synopsis to identify potential contractors that have the capacity and qualifications to provide seized and forfeited property contract management services. Potential contractors shall provide, in accordance with the information and instructions herein, a Statement of Capability (SOC) for their qualifications for a potential contract. Services include, but are not limited to: custody, management, and disposition of seized/forfeited property through the use of nationwide or regional contracts which collectively are operational in all 50 states, District of Columbia, Puerto Rico, and all U.S. Territories. Seized property can include vehicles, vessels, aircraft, firearms, hazardous materials, counterfeit goods and other general property. The Department of the Treasury will consider suggestions for subdivision of work or contracts by property type (such as vehicles exclusively), geographical regions (such as regional or national coverage), and/or service type (such as destructions or sales exclusively). See Attachment A for data regarding the amount and type of property historically involved in seized and forfeited property contract management services. Under the existing contract, three centralized storage facilities are utilized for the management of property. In California, there is approximately 500,000 square feet of warehouse space that can accommodate 50,000 pallets. In New Jersey, there is approximately 360,000 square feet of property that can accommodate 40,000 pallets. In Florida, there is 60,000 square feet of property that can accommodate 2,000 pallets. Space expansion in Florida, in the amount of 250,000 additional square feet of warehouse space that could accommodate 20,000 pallets, is currently under review. Potential contractors shall capture, report and maintain seizure documentation and related costs regarding the above activities and be on call 24 hours a day, 7 days a week, including holidays. The objectives include: minimizing contract costs, minimizing the time for receipt and disposition of property, minimizing adverse incidents and complaints; and maximizing cooperation with, services to, the federal government. The Contractor shall be required to develop a document control system to assist in automating, controlling, referencing, filing, and retrieving of correspondence between their office and the Government. The Contractor may be asked by the Government to provide pre seizure services for general property including vehicles, aircrafts, vessels, machinery, and equipment. Such services may require the pre positioning of resources (staffing and equipment) prior to the actual seizure of the property and may include but are not limited to: towing to a different site, lien determinations, dropping and replacing gas tanks in vehicles, providing services to facilitate inspection, tire breakdown, and transport of vehicles to Government x ray facilities for the inspection services. The Contractor shall be available at all times to take custody of all property at the time, date, and location designated by the Government. The Contractor shall arrange for safe, secure, and cost effective transportation of the property from the point of acceptance to storage. Property shall be stored in the most cost-effective method available to preclude any deterioration of the property, so that the overall condition of the property is maintained as it was at the time of acceptance. The Contractor must be able to locate and provide property within an hour’s notice. The Contractor shall control access to property stored under this contract. The Contractor must maintain records for all property including but not limited to billing, accounting, and storage of property. The Contractor shall maintain and preserve property as necessary to ensure that it retains its overall condition from the time of acceptance until disposition. The Contractor shall arrange and conduct the sale of property upon receipt of instructions from the Government. The Contractor shall publicly advertise the sale of property in order to generate maximum competition. The Contractor shall prepare and maintain a risk management plan. The Contractor is responsible for detecting, identifying, and managing hazardous materials according to Federal, State, and local laws, codes, ordinances, and regulations that apply to environmental quality standards in each community where property is maintained or destroyed. Upon request by the Government, the Contractor is responsible for assisting the participating agencies in determining the value of property through a certified third party appraisal. This is a market research tool to determine the availability of sources prior to issuance of an RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Department of the Treasury, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on information received in response to this notice. If the solicitation is issued, source selection procedures will be used, which will require offerors to submit technical experience, management plan, past performance, price and other factors for evaluations. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The NAICS code for this sources sought synopsis is 493110. Potential contractors are required to provide demonstrated evidence of qualifications as part of their Statement of Capability (SOC). The Statement of Capability (SOC) will determine whether adequate sources exist that can provide the services specified herein. At minimum, the SOC shall show evidence or ability to obtain: 1.Adequate financial resources to perform; 2.Ability to comply with the proposed performance requirements; 3.Satisfactory performance record; 4.Necessary organization, experience, accounting and operational controls, and technical skills; 5.Necessary technical equipment and facilities; 6.Current and potential capacity to provide such services geographically (i.e., regionally or nationally, and if regionally, what region(s)) and by property type (i.e., any and all property or only specific type(s) of property and if specific type(s) of property, what type(s) of property); and 7.Ability to maintain the integrity of the chain of custody. Additionally, your SOC shall include the following: (1) full name and address of the firm; (2) year the firm was established; (3) name of two principals (including titles, telephone and fax numbers) of the firm; (4) the firm’s small business size, 8a certifications (if 8a certified, provide the SBA Business Opportunity Specialist’s name and phone number assigned), HUBzone certification and SDVOSB status or Small Business Status, as applicable; (5) a statement indicating whether the firm is registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database; (6) proof of licenses and bonding capacity; (7) information on relative past projects that best illustrate your qualifications for this requirement, of specific interest are projects where your company has performed property management or similar services for a federal agency. (list up to 3 projects performed within the last 5 years). Include prior experience of key company personnel both as prime and all planned subcontractors showing experience in providing property management services. Provide the following information for each project listed: a. contract number and project title; b. name of contracting activity; c. administrative contracting officers name and current phone number; d. contracting officers technical representative or primary point of contact name and his/her current phone number; e. contract type (e.g. firm-fixed price, IDIQ, combination firm-fixed price/IDQ, requirements or cost plus); f. period of performance (start and completion date); g. annual award amount and final contract value; h. summary of contract work; and; i. information on sub-contract management and any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint-ventures with 8a members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). The Government reserves the right to request additional information as needed from any and all respondents. The SOC must be complete and sufficiently detailed to allow Treasury to determine the firm’s capabilities to perform the defined work. The SOC must be on 8x11 standard paper and is limited to 25 single-sided pages (10-12 font), including all attachments). Interested parties shall mail, hand deliver, or e-mail the SOC responses to: Department of the Treasury Departmental Offices Procurement Services Division 1500 Pennsylvania Avenue, NW Washington, DC 20220 (1425 New York Avenue, NW, 2nd Floor) Attn: Dwight Stephens, Contracting Officer, 202-622-0632 Email: Dwight.stephens@do.treas.gov The Statement of Capability is due no later than 3:00 pm Eastern Standard Time on 26 September 2008. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation, if any. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7750b64ecbc8a532397bb9b263db8dbe&tab=core&_cview=1)
- Document(s)
- Package #1
- File Name: Property Definitions (DEFINITION.xls)
- Link: https://www.fbo.gov//utils/view?id=e613c6e0e859d92bf6e6c06e1fa3d721
- Bytes: 4,201.00 Kb
- File Name: Inventory Estimate (Inventory Est. of 8-2008 (RFI).xls)
- Link: https://www.fbo.gov//utils/view?id=107b6fa92ec36f2b3f67986eafe7d1c8
- Bytes: 4,197.50 Kb
- File Name: Property Ins and Outs (RFI Ins and outs.xls)
- Link: https://www.fbo.gov//utils/view?id=f8fbcb95e8ef300e08a4cd609a49aa55
- Bytes: 24.50 Kb
- File Name: Property Package Count (RFI Package_Count.xls)
- Link: https://www.fbo.gov//utils/view?id=b36d33bfde0000fe19ecad65c73e702c
- Bytes: 87.50 Kb
- File Name: Property In By Quarters (RFI_IN_OT Aug2008.xls)
- Link: https://www.fbo.gov//utils/view?id=de1c5a21c46ac0c4afc0a8520577c446
- Bytes: 30.00 Kb
- File Name: Property Codes (Codes for Property Inventory.doc)
- Link: https://www.fbo.gov//utils/view?id=c6c9b55592c894f5af2cd324d0598a76
- Bytes: 24.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Property Definitions (DEFINITION.xls)
- Place of Performance
- Address: Nationwide (all 50-states) and District of Columbia, Puerto Rico, and all U.S. Territories., United States
- Record
- SN01651699-W 20080828/080826225851-7750b64ecbc8a532397bb9b263db8dbe (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 |