SOURCES SOUGHT
S -- Packing and Crating - Capabilities Briefing
- Notice Date
- 12/8/2010
- Notice Type
- Sources Sought
- NAICS
- 488991
— Packing and Crating
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- FA4626-11-A-0006
- Archive Date
- 12/30/2010
- Point of Contact
- Linda L Redding, Phone: 406-731-4015, Deborah Ezop, Phone: 4067314011
- E-Mail Address
-
linda.redding@malmstrom.af.mil, deborah.ezop@malmstrom.af.mil
(linda.redding@malmstrom.af.mil, deborah.ezop@malmstrom.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement Capabilities Briefing THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this for market research purposes only. If a formal solicitation is released, it will be via the Federal Business Opportunities (http://www.fbo.gov). The Government shall not reimburse the costs of preparing responses to this request for information. The 341st Contracting Squadron is seeking potential small business sources. The Government anticipates issuing a Commercial Request for Proposal (RFP) for Packing, Crating, and Storage Services for Malmstrom AFB, Montana and includes Montana Counties listed as Area 1 (Daniels, Dawson, Garfield, McCone, Phillips, Prairie, Richland, Roosevelt, Sheridan, Valley, Wibaux), Area 2 (Big Horn, Carbon, Stillwater, Treasure, Yellowstone) and area 3 (Carter, Custer, Fallon, Powder River, Rosebud). Services must include but are not limited to movement or drayage of personal property, to include packing and crating. The contractor shall furnish adequate supervision, labor, materials, supplies, and equipment necessary to perform all services contemplated under this BPA. The requirement consists of three schedules for: 1) Outbound, 2) Inbound, and 3) Intra city/Intra area. SCHEDULE I - Outbound Services shall include a pre-move survey, servicing of appliances, disassembly of furniture (if required), packaging, inventorying, tagging, wrapping, padding, packing and bracing of household goods in Government-owned and furnished shipping containers (Shipping Container FED SPEC PPP-B-580, MTMC Pam. 55-12) at owners residence, or at contractor's facility when ordered by the contracting officer, properly securing and sealing for shipment, weighing, obliterating old markings, marking, strapping, and drayage of the container within an area of performance. Service shall also include loading of shipments on line-haul carrier's equipment at the contractor's facility. SHEDULE II - Inbound Services shall include drayage from contractors facility to storage warehouses, air and surface transportation terminals, military installation shipping offices and ocean or river terminals/piers and return, unloading from the delivering carriers vehicles, handling into contractor's facility, drayage to owners residence, de-containerization and unpacking of laded containers of household goods and placing goods in appropriate rooms as directed by owner, unservicing appliances, assembly of any disassembled articles and removing shipping containers, barrels, boxes/crates and debris from owners residence and drayage of empty containers to contractor's or Government facility. SCHEDULE III - Intra City/Intra Area shall include a pre-move survey, servicing of appliances, packaging and packing at owners residence to protect household goods properly during transit, tagging of items, inventorying, loading, weighing, drayage unloading, unpacking, and placing of each article in owners new residence as directed by owner or owner's designated representative and removal of all empty containers and materials from residence. Respondent must be able to meet Specifications required in the Statement of Work (attached) to include a Government approved and certified storage facility. CAPABILITIES STATEMENT Interested parties must submit a Capabilities Statement, with the cover sheet provided completed, BRIEF and CONCISE, yet clearly demonstrating ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feels is relevant. Capabilities Statements are to be presented in accordance with the attachment to this sources sought synopsis entitled "CAPABILITIES STATEMENT". POINT OF CONTACT: Deborah Ezop, phone (406) 731-4011, fax (406) 731-4005, deborah.ezop@malmstrom.af.mil or Linda Redding, phone (406) 731-4015, fax (406) 731-4005, linda.redding@malmstrom.af.mil. Submit Capabilities Statements ( e-mail preferred ) by 2:00 p.m. Mountain Standard Time on 15 Dec 2010. If faxing capabilities statements, please call to verify receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0187652e5e03490cb7392dc56d5c1fb6)
- Record
- SN02340752-W 20101210/101208234222-0187652e5e03490cb7392dc56d5c1fb6 (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 |