Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOLICITATION NOTICE

V -- Washington D.C. Metro Area Moving and Storage (to include Packing and Crating) for the Department of State

Notice Date
10/22/2008
 
Notice Type
Presolicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA08R0292
 
Archive Date
12/31/2008
 
Point of Contact
John R. Mitchell,, Phone: (703) 875-6056
 
E-Mail Address
mitchelljr@state.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
The Department of State intends to issue a Request for Proposal (RFP) for the Moving and Storage (to include Packing and Crating) of Household Effects and Privately Owned Vehicles (POVs) arriving in and departing from the Washington, D. C. Metropolitan area for certain U.S. Government employees. The RFP will require non-personal services for the provision of all necessary labor, materials and facilities for: pickup; receipt; weighing; preparation of packing list(s), inventories, or other appropriate documentation; placement into temporary storage; placement into non-temporary storage; placement into controlled storage; export packing; delivery to pier; delivery, unpacking and all related services; servicing of appliances associated with the to/from residence; and emergency storage of POVs (long term storage); of household and personal effects and POVs. For purposes of this contract, the contractor’s place of performance must be within a fifty (50) mile radius of Washington, D.C. (eighty kilometer radius of Washington Monument). This acquisition will be advertised as a partial small business set aside. It is anticipated that approximately ten (10) contracts will be awarded for the requirements. The National American Individual Classification Standard (NAICS) code for this procurement is 484210. It is the State Department’s goal to award three (3) contracts to small businesses, further broken down with the goal of: an award to one (1) HUBZone vendor; one (1) Service-disabled Veteran Owned vendor; and one (1) small business. The requirements will be grouped together into four (4) groups: Export Storage; Controlled Storage; Inbound Storage; and POV (Emergency Long Term Storage), with offerors able to propose performing all of the groups or any number of the groups. Further the Department of State seeks: •Companies that are equipped to handle large volumes of tonnage on a daily basis with adequate staffing for all shipment types. •Experienced companies that are familiar with the various requirements for handling all shipment types set forth in the contract. •Companies able to service a range in volume (maximum/minimal) for the freight categories Export/Storage, Controlled Storage, Inbound Freight, and Privately Owned (POV) Vehicles for a base year and four option years on a daily basis. •Companies that have adequate warehouse space (Volume) for the freight categories Export/Storage, Controlled Storage, Inbound Freight, and Privately Owned (POV) Vehicles for the base year and four option years. The Department will assign tonnage to companies based upon their pricing and technical capability as evaluated from their proposals submitted in response to the Request for Proposal. Minimum capability requirements are as follows: •Daily requirement for preparation of outgoing unaccompanied baggage under items 001A (2215C). Minimum daily requirement – ten (10) authorizations. •Daily requirement for export packing of effects under items 001B (2231A) and 001F (2231E). Minimum daily requirements is 6,804 net kilos (15,000 lbs.) •Minimum storage capacity of 24,020 net kilos (53,000 lbs.) for packed effects awaiting shipment under items 001B (2231A) and 001F (2231E). •Minimum daily requirements for packing effects for storage under item 001I (2231M) is 6,804 kilos (15,000 pounds). •Minimum requirement for storage of POV’s is five (5) under item 004C (2509K). •Minimum daily requirement for controlled storage under item 003A (2231MC) is 1000 pounds The RFP will require the submission of a technical proposal (to include past performance) and a price proposal. Evaluation and award will be on a best value basis considering technical, past performance, and lowest cost. The solicitation will be issued via FEDBIZOPPS. NO PAPER COPIES will be mailed. Placement of a firm fixed priced (FFP) Indefinite Delivery/Indefinite Quantity type contract for a one-year base period, plus four (4) one-year options is anticipated. In the event a pre-proposal conference is scheduled the solicitation will contain firm information regarding the time/date/location of the conference. THIS PRE-SOLICITATION NOTICE IS FOR NOTIFICATION PURPOSES ONLY. DO NOT SUBMIT ANY INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE. OFFICIAL QUESTIONS WILL BE TAKEN AFTER THE SOLICITIAION HAS BEEN POSTED ON FEDBIZOPPS. ALL PROSPECTIVE CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTORS REGISTRATION (CCR) IN ORDER TO BE ELIGIBLE FOR AWARD.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5fa4f6d1145215bc9ae8aa1c66dd0744&tab=core&_cview=1)
 
Place of Performance
Address: Transportation and Travel Management Division, U.S. Department of State, 2121 Virginia Avenue, Washington, District of Columbia, 20037, United States
Zip Code: 20037
 
Record
SN01694869-W 20081024/081022214658-5fa4f6d1145215bc9ae8aa1c66dd0744 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.