SOURCES SOUGHT
R -- Contractor Owned Contractor Operated Distribution/Disposal and Warehousing Facility in Afghanistan
- Notice Date
- 12/5/2008
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP310009SS5000
- Point of Contact
- Kimberly A. LeCates,,
- E-Mail Address
-
kimberly.lecates@dla.mil
- Small Business Set-Aside
- N/A
- Description
- The Defense Logistics Agency (DLA) Defense Distribution Center (DDC) is issuing this Sources Sought Announcement for planning purposes only. The purpose of this Market Survey is to determine if there are commercial sources capable of providing, maintaining and operating a contractor-owned/contractor operated (COCO) distribution/disposal and warehousing facility in Afghanistan. The responsible contractor will provide warehousing and distribution services to customers located throughout the Central Command Area of Responsibility (CENTCOM AOR.) to include, but not limited to: 1) receipt, stow, issue of general supplies (to include hazardous materiels) and 2) receipt, storage, and disposal of excess property for DLA customers. The period of performance for this effort is projected to be a one year base period with four option years. The scope of this effort should include but is not limited to the following: (1) Receiving, Storing, Inventory, Issuing, Packaging, Consolidation and Trans-shipment service, and Performing Special Projects of 5,000-20,000 NSNs; (2) Disposal Services including Receiving, Storage, Property Issuance, Customer Assistance, Property Accountability, Demilitarization, Scrap and Usable Property Sales, and Hazardous Property Management for approximately 40 million pounds (18,143,695 kg) of property per year; (3) Provide all facility(s) and open storage areas, labor, Material Handling Equipment (MHE), heavy lift support, security, Information Technology (IT) infrastructure, telecommunications for Government personnel, and transportation; and (4) Provide additional warehousing facilities available for Government lease for purposes of storing subsistence items. Instructions to Potential Offerors: Interested Offerors shall provide a Capabilities Statement that presents a brief overview of the Offeror’s ability to perform each of the lettered and numbered requirements detailed in Section A (Facility) and Section B (Operations), as well as providing the requested information in Section C (Offeror Information). The Capabilities Statement shall address each of the lettered and numbered requirements in the same order they are listed in this Sources Sought Notice so that the Government can establish what requirements the Offeror is capable of meeting. Potential offerors that are not able to meet all requirements stated in this notice are encouraged to submit a capabilities statement detailing those requirements that can be met. A. FACILITY The Government has established minimum requirements for the warehousing, distribution/disposal and transportation FACILITY. Interested offers shall address each of the following numbered items describing their ability to meet the minimum requirements. The Facility Requirements are as follows 1.The facility must be located within a 10 mile (16 kilometer) radius of Kandahar, Afghanistan, however, alternative sites may also be suggested. In addressing this requirement, the Offeror shall provide the street address and GPS Coordinates of the proposed warehousing, distribution and transportation facility. 2.The facility must adhere to all Afghanistan laws, regulations, building codes, and sponsorships. Facilities and storage areas shall comply with all applicable federal, DoD, DLA and host nation standards, regulations, building codes, and policies, including environmental guidelines. If the facility does not currently meet all US Federal, DoD and DLA standards, the Offeror shall discuss any lead time required and a brief overview of the plan to ensure compliance. 3.The facility must provide utility services, to consist of water, sewage, and electric current at existing outlets as may be required for the work to be performed under the requirements. 4.The facility must possess the following physical characteristics. The Offeror’s response should include building floor plans, blueprints, site plans for open storage areas, and an overview site plot reflecting where all areas are located within the “total complex layout.” a.All buildings and outdoor storage must be collocated in the same facility. i.Buildings should be adjacent to one another, or in close proximity, and adjacent to the outside storage area, if possible. ii.Buildings and outside storage areas must be able to be fenced and secured from other buildings or spaces. b.The facility must contain the Information Technology (IT) infrastructure identified below. If the facility does not currently contain all of the IT infrastructure, the Offeror shall discuss any lead time required and a brief overview of the implementation plan to install the IT infrastructure. i.Land-based or equivalent, fiber optic connectivity from the local commercial communications central office to support all site telecommunications service and equipment ii.Single-mode fiber optic star configuration between buildings for network backbone outside plant (OSP) cabling. iii.Ethernet 10BASE T CAT 6 inside plant (ISP) LAN cabling supporting end user devices and RF access point locations. iv.Circuit connectivity of 6.3 Mbps or higher providing inter-site communications across the internet. v.The ability to provide secure communication. Abide by CJCS Regulation 6510.1E for Information Assurance and Computer Network Defense to include background checks on all employees, obtain network accreditation, and agreement to validate compliance. vi.The Offeror must allow the Government (DDC J6N) to install and maintain Border Protection equipment inside the communication closet physically connected between the facilities LAN and ISP. vii.The ability to run a government-provided distribution system (Distribution Standard System, DSS) that meets the requirements of DISA Security Technical Guidelines (STIG), DoD 8500.1, DoD 8500.2 and DoD 5200.2-R. In addressing this requirement, the Offeror shall provide their experience with using Government-provided warehousing and distribution systems, in particular the Distribution Standard System (DSS). c.The facility must comply with DoD mandated physical security (walls, fencing, barriers, etc). If the facility does not currently contain all of the physical security required, the Offeror shall discuss any lead time required and a brief overview of the implementation plan to install the physical security. Offerors shall comply with the following security-related regulatory guidance: •DLA One Book – Physical Security Program •DLA One Book – Information Security Program •DLA One Book (DLAR 4145.11) - Safeguarding of DLA Sensitive Inventory Items, Controlled Substances, and Pilferable Items of Supply. •DLAD 5025.30, DLA One Book, Chapter: DLA Enterprise Support, Title: DLA Information Security Program •DLAD 5025.30, DLA One Book, Chapter: DLA Enterprise Support, Title: DLA Operational Security (OPSEC) Program •DLAD 5025.30, DLA One Book, Chapter: DLA Enterprise Support, Title: DLA Physical Security Program •DoD 5200.1-R, Information Security Program •DoD 5200.2-R, Personnel Security Program •DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM) •DoD 5220.22-R, Industrial Security Regulation •DoDD 5220.22-S, COMSEC Supplemental to Industrial Security Manual for Safeguarding Classified Information •DoDI 5240.6, Counterintelligence (CI) Awareness and Briefing Program •DLA One Book, DLA Operations Security (OPSEC) Program •DoD 5205.2, DoD Operations Security (OPSEC) Program •DoD Freedom of Information Act (FOIA) Program •DoD 2000.16, DoD Antiterrorism (AT) Standards •DoD 0-2000.12H, DoD Antiterrorism Handbook •UFC 4-010-02, DoD Minimum Antiterrorism Standoff Distances for Buildings •UFC 4-010-10, DoD Minimum Antiterrorism Standoff Distances for Buildings •UFC 4-022-01, Security Engineering: Entry Control Facilities/Access Control Points •DoDI 5200.08, Security of DoD Installations and Resources d.The facility must provide a minimum of 1,012,500 gross square feet (94064.328 m2) of indoor climate controlled storage space capable of being configured for rack, bin, open storage, classified, Hazmat and pilferable storage. Additionally, a potential requirement exists for 210,000 gross square feet (19,509.6 m2) of storage space, available for Government lease, capable of separately storing dry, chilled, and frozen Class 1 (subsistence) supplies. In addressing these requirements, Offerors shall discuss the lead time required to configure the indoor storage space. i.The building(s) will conform to standards listed in UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, and UFC 4-010-02, DoD Minimum Antiterrorism Standoff Distances for Buildings. ii.Buildings must be a permanent-type, weatherproof structure(s), with an environmentally controlled, air conditioned interior. iii.Building must contain storage areas. Clear stacking height in the storage areas shall be a minimum of 20 feet (6 meters.) iv.Building must contain restroom/break room facilities for one shift comprising the Contractor’s estimated level of effort v.Building complex must contain environmentally controlled, air conditioned office space and separate male and female restroom facilities that are secure and lockable for a staff of up to 55 Government management personnel. vi.Buildings shall have adequate overhead lights (minimum of 20 foot (6 meter) candles in the storage areas, and 50 foot (15.2 meter) candles in office spaces), a fire sprinkler system, a fire alarm system, domestic potable water, level concrete floors, portable fire extinguishers, adequate sized overhead cargo doors capable of accommodating MHE vehicle traffic, personnel doors, emergency exits, lights and emergency eye-washers/showers. vii.The electrical system should be capable of handling not only the usual building functions (lights, hot water heaters, HVAC equipment, etc.) but also have enough capacity to accommodate battery chargers for MHE equipment, and IT equipment or work stations. viii.Fire doors are to be in place on interior fire walls. ix.A back-up generator shall be available to provide power for basic operations in the event of a commercial power failure or equivalent. This generator must be capable of providing power for critical building systems such as lights, battery chargers, telephone and IT operations. x.Building must contain an area for hazardous materiel storage, which shall be segregated from other storage areas and shall include the following: (1) Limited access, (2) Well-ventilated environment, (3) Secure storage capability, equipped with an electronic security system which includes, but is not limited to, an intrusion detection system that meets the criteria outlined in the DLAI 5710.1, E.3.n.(2). xi.Building must contain an area for Pilferable and sensitive materiel storage, which shall be segregated from other storage areas and shall include an intrusion detection system(s) which meet the criteria outlined in DLAI 5710.1, E.3.n.(2). xii.Offerors shall address their capability to provide for life support for a minimum of 50 personnel to include billeting, showers, restrooms, and dining facilities within the facility complex. e.The facility should provide a minimum of 1,130,000 gross square feet (104980.435 m2) (paved or gravel) of adjacent outdoor storage space. i.The outside storage areas shall have an improved surface capable of accommodating forklift, truck and trailer, tug, and various other vehicular traffic used in the normal course of activity at a warehousing and logistics operation, 24 hours per day, 7 days a week, year round, regardless of environmental and weather conditions. ii.Sufficient lighting shall be provided for all outside storage areas. iii.The outdoor storage area must contain an overhead structure capable of shielding the stored material from direct sunlight and rain including a shaded demilitarization performance area and a covered hazardous waste storage area. iv.Security Marshalling (100,000 square feet (9290.304 m2) used to queue inbound trucks for security inspection prior to entry into the secure area. v.Parking space for 150 vehicles. B. OPERATIONS The Government has established minimum requirements for the warehousing, distribution/disposal and transportation OPERATIONS. Interested offers shall address each of the following numbered items describing their ability to meet the minimum requirements. The Operations Requirements are as follows: 1.The ability to provide all Material Handling Equipment (forklifts, pallet jacks, container handlers, etc.) to support the operation. In addressing this requirement, the Offeror shall provide an estimate of the lead time required to ensure all equipment is operational at contract award. 2.The ability to provide local transportation services to deliver material within the borders of Afghanistan to US DoD facilities and units. 3.The ability to provide private security functions in accordance with DoDI 3020.41. 4.The ability to build air shipments (using 463L air pallets) and ISO approved containers. 5.The ability to ship hazardous and non hazardous material in accordance with DoD regulations: •Applicable federal, local and international laws and regulations •CFR Title 40, Protection of Environment, Chapter I, Environmental Protection Agency, Part 260, Hazardous Waste Management System, Part 261, Identification and Listing of Hazardous Waste, Part 262, Standards Applicable to Generators of Hazardous Waste, and Part 263, Standards Applicable to Transporters of Hazardous Waste •DLA One Book - Storage and Handling of Hazardous Materials, Chapter 3, Receipt of Hazardous Materials •Operate a Small Parcel section in compliance with the DOD Worldwide Express Program 6.The ability to provide a warehouse labor force capable of: a.Offloading, Receiving, Inspecting, Storing, Packing, Packaging, consolidating and trans-shipping, Issuing, and Transporting Government-owned material. b.Fluency in speaking and reading the English language. c.If Third Country Nationals (TCNs) and expatriates will be performing work, briefly explain how 1) the Interested Offeror will ensure compliance with all country labor laws and 2) the Interested Offeror will obtain clearances to allow the workforce the ability to use IT systems containing US Government data. 7.The ability to provide Equipment Operators capable of: a.Operating contractor-provided MHE, and the ability to obtain all required license(s) and/or certification(s). b.Fluency in speaking and reading the English language. 8.The ability to provide Site Managers, Distribution Supervisors, Security Supervisors with: a.Fluency in speaking, reading and writing the English language. b. Thorough knowledge with Host Country infrastructure, labor availability, labor regulations, environmental laws and standards. C. OFFEROR INFORMATION Potential Offerors responding to this notice should provide the following: 1.The Offeror’s primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC’s name, phone number and e-mail address 2.Whether the Offeror is, or is not, a small business concern, a service-disabled veteran owned small business, or a HUB Zone business concern as defined in FAR 52.219-1 for NAICS Code 493110. 3.Whether the Offeror is, or is not, registered in the Central Contractor Registration (CCR). 4.Whether the Offeror does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency (DCAA) for determining costs applicable to a US Government Cost Type contract. The DDC will review all Capabilities Statements received. At the discretion of the DDC, Offerors may be contacted to arrange for a site reconnaissance visit and interview to validate the information contained in the Capabilities Statement. If necessary, the DDC will contact the Offeror to arrange the site visit. The DDC representative could request the following information be made available to review at the site visit or conference: (1) information describing hazardous substance sources, migration pathways, and human and environmental receptors; (2) data relating to the varieties and quantities of any hazardous substances which may have been stored, used, released, or disposed on site; (3) records of disposal practices and operating procedures at the site in order to identify locations of hazardous substances on site, hazardous waste haulers and generators; (4) historic aerial photography for the proposed site to determine past practices which may have caused hazardous substance releases; (5) information which will allow definition of the condition of real property. This is a Sources Sought Announcement to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT REQUEST. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. No telephone calls will be accepted requesting a bid package or solicitation. Please provide capability statements either by mail or email no later than 12 P.M. EST, January 12, 2009 to the contract specialist, Kimberly LeCates. Mail to:Defense Distribution Center Kimberly LeCates, Acquisitions Operations (DDC J7-AB) J Avenue, Building 404 New Cumberland, PA 17070 Email to:Kimberly.lecates@dla.mil For additional information or questions please contact: Kimberly LeCates Contract Specialist Defense Distribution Center Command Support Services (717) 770-7233
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eedf01ec0cb2be3b12248fed02bbed17&tab=core&_cview=1)
- Place of Performance
- Address: Kandahar, Afghanistan
- Record
- SN01714634-W 20081207/081205221053-eedf01ec0cb2be3b12248fed02bbed17 (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 |