Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

V -- Pre-Solicitation Synopsis

Notice Date
9/10/2015
 
Notice Type
Presolicitation
 
NAICS
488991 — Packing and Crating
 
Contracting Office
411th CSB (PARC Korea), Unit #15289, APO, AP 96205-5289
 
ZIP Code
96205-5289
 
Solicitation Number
W91QVN-15-R-0187
 
Response Due
9/25/2015
 
Archive Date
11/9/2015
 
Point of Contact
Yi, Hye Kyong, 01182279146468
 
E-Mail Address
411th CSB (PARC Korea)
(hyekyong.yi6.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
olicitation Number: W91QVN-15-R-0187 Notice Type: Pre-Solicitation Synopsis Purchase Description: 411th Contracting Support Brigade (CSB), Korea intends to issue a full and open competition solicitation for the contract for Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments Services for Area I. The North American Industry Classification System (NAICS) code for this procurement is 488991. In accordance with DFARS 252.204-7004, Alternate A, all interested offerors shall be registered in the System for Award Management (SAM). Award will be made to the responsible offeror submitting the Best Value Lowest Priced, Technically Acceptable (LPTA) offer that satisfies all terms and condition of the solicitation. The following ratings will be used in evaluating all non-price technical factors and subfactors. AcceptableProposal clearly meets the minimum requirements of the solicitation UnacceptableProposal does not clearly meet the minimum requirements of the solicitation Scope of Work: This is a repetitive requirement to provide packing, containerization and local drayage services for Area I. The contractor shall provide all personnel, equipment, facilities, supplies, services and materials, except as specified government-furnished, for the preparation of personal property of Department of Defense (DOD) personnel for shipment and/or storage and related services through the DPM as defined in the Performance Work Statement (PWS). Period of Performance (POP): Base Year: 1 December 2015- 30 November 2016 1st Option Year: 1 December 2016- 30 November 2017 2nd Option Year: 1 December 2017- 30 November 2018 3rd Option Year: 1 December 2018- 30 November 2019 4th Option Year: 1 December 2019- 30 November 2020 Contract Type: This requirement will be a fixed unit price, Multiple-Award IDIQ Task Order type (MA IDIQ). FACTOR A: Technical Capability- Prime Contractor's Qualification: All subfactors under Technical factor are of equal importance and shall be evaluated on an acceptable or unacceptable basis. A rating of unacceptable for any factor or subfactor will result in technically unacceptable rating. Failure to provide below requirements will result in a rating of quote mark Unacceptable quote mark. Subfactor 1: Prime Contractor's Cargo Vehicle Transportation Business Permission ( ) Subfactor 2: Prime Contractor's Cargo Vehicle Transportation Agency Business Permission( ) The offeror shall provide a copy of both English and Korean version of valid and current both permissions issued by the Republic of Korea (ROK) for stated above requirements. Only the Prime Contractor's Business Permissions will be considered for this qualification requirement. Submission of subcontractor's business permissions will not be considered technically acceptable. Subfactor 3: Cargo Insurance - Cargo Insurance Certificate that reflects the coverage on a continuous basis at least the amounts shown in PWS Part I.A. 12 to cover legal liability. Subfactor 4: Facility - Written agreement that either the Offeror(s) own or will lease a facility(s) that meets following conditions: The written agreement must show the minimum required size as specified below and address of the facility to utilize the facility for this contract. On the start date of the contract, contractor shall be able to use the facility. i. Size: Minimum of 5,000 Square Feet Storage Space (140 Pyong) shall be exclusively used for this contract. ii. Location: The contractor's facility must be no farther than 50 miles away from Area-1 (CP Casey & CRC) where the inspection is easily accessible and shipments can be placed within the facility on the pickup date. Subfactor 5: Prior Experience: The prime contractor shall have at least one (1) year of verifiable experience in packing, containerization & local drayage personal property shipment services or similar relevant experiences with the last five (5) years from the closing date of this solicitation. The offeror(s) are requested to provide their prior experience information contains following data, but not limited to: Location of the work performed Nature of the business area(s) involved Contract numbers and types Description and relevancy of the work Dollar value Contract award and completion dates Reference Point(s) of Contract (current telephone number) who can verify each prior experience Proposal Period: The Government anticipates releasing the solicitation on or about 25 September 2015. The solicitation will be issued via FedBizOps (https://www.fbo.gov/) /Army Single Face Industry (ASFI) (https://acquisition.army.mil/asfi/). The response date in this synopsis is not a firm date; please see the solicitation for the actual date. THIS PRE-SOLICITATION NOTICE IS FOR PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON OR ABOUT 25 SEPTEMEBR 2015. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea17c6aad8be379a5dd80d8d0e1ae52b)
 
Place of Performance
Address: 411th CSB (PARC Korea) Unit #15289, APO AP
Zip Code: 96205-5289
 
Record
SN03881461-W 20150912/150911001258-ea17c6aad8be379a5dd80d8d0e1ae52b (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.