Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2008 FBO #2592
SOURCES SOUGHT

R -- Distribution/Disposal and Warehousing Services within a United States/International Security Assistance Force (US/ISAF) Facility in Afghanistan

Notice Date
12/29/2008
 
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
SP3100-09-SS-5001
 
Point of Contact
Kimberly A. LeCates, Phone: 717-770-7233
 
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 distribution/disposal and warehousing services within a United States/International Security Assistance Force (US/ISAF) facility in Afghanistan. The Government will provide all warehouse facilities, utility services, general supplies (including hazardous materiel), Information Technology (IT) Infrastructure including the Government Distribution Standard System (DSS), and open storage areas. Under this potential requirement, the responsible contractor will provide warehousing and distribution services to customers located throughout the Afghanistan Theater of Operation (ATO.) The scope of this effort may include but is not limited to: (1) Receiving, Stowing, Inventorying, Issuing, Packaging, Consolidating, and Performing Special Projects for 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 (18,143,880 kg) of property per year for DLA customers; (3) Trans-shipment services in country, intra-theater, and worldwide, and (4) All labor, material handling equipment (MHE), heavy lift equipment, vehicles for local transportation within the Government facility, and any other items and services required to perform the effort. The period of performance for this effort is projected to be a one year base period with four option years. Instructions to Respondents: Respondents are requested to provide a Capabilities Statement that presents a brief overview of the respondent's ability to perform each of the lettered and numbered requirements detailed in Section A (Operations) as well as providing the requested information in Section B (Business 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 respondent is capable of meeting. Respondents 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. OPERATIONS The Government has established minimum requirements for the warehousing, distribution/disposal and transportation OPERATIONS. Respondents are requested to 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 and maintain all Material Handling Equipment (forklifts, pallet jacks, container handlers, etc.) to support the operation. In addressing this requirement, provide an estimate of the lead time required to ensure all equipment is operational at contract award. 2. The ability to provide vehicles and operators for local transportation services to deliver/move material within a US/ISAF facility. 3. The ability to build air shipments (using 463L air pallets) and ISO approved containers using Government Furnished Material. 4. 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 • DLAI 4145.11 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 5. 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) compliance will be ensured with all country labor laws and 2) clearances will be obtained to allow the workforce the ability to use IT systems containing US Government data. 6. 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. 7. The ability to provide Site Managers, Distribution Supervisors, Security Supervisors with: a. Fluency in speaking, reading and writing the English language. b. Thorough knowledge of Host Country infrastructure, labor availability, labor regulations, environmental laws and standards. 8. The ability to provide on-site support for IT equipment such as workstations, printers and hand-held scanners. B. BUSINESS INFORMATION Businesses responding to this notice should provide the following: 1. The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC's name, phone number and e-mail address 2. Whether the business 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 business is, or is not, registered in the Central Contractor Registration. 4. Whether the business does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency 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, respondents may be contacted to arrange for a site reconnaissance visit and interview to validate the information contained in the Capabilities Statement. 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 respondents 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 26, 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=398d974dea846485bc4f7b84d8d4125c&tab=core&_cview=1)
 
Place of Performance
Address: United States/International Security Assistance Force facility in Aghanistan, Afghanistan
 
Record
SN01725046-W 20081231/081229214720-398d974dea846485bc4f7b84d8d4125c (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.