SOURCES SOUGHT
99 -- Storage and Disposal of Jewelry, Arts, Antiques and Collectibles Nationwide
- Notice Date
- 6/16/2016
- Notice Type
- Sources Sought
- NAICS
- 425120
— Wholesale Trade Agents and Brokers
- Contracting Office
- United States Marshals Service, Asset Forfeiture Division, 10th Floor, CM4, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- DJM-16-AFD-0006
- Archive Date
- 7/29/2016
- Point of Contact
- Shannon Dinkelman, Phone: 202/307-4962
- E-Mail Address
-
shannon.dinkelman@usdoj.gov
(shannon.dinkelman@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- BACKGROUND The United States Marshals Service (USMS) has a responsibility to Store and Dispose of seized and/or forfeited Jewelry, Arts, Antiques and Collectibles throughout the United States and its territories. REQUEST FOR INFORMATION (RFI) The USMS is posting this announcement as an RFI only, for the upcoming solicitation that will be posted on the Federal Business Opportunities (FBO) website at www.fbo.gov. This RFI is issued for the purpose of identifying the availability of potential qualified sources that will be able to meet the requirement. The solicitation will be for the Storage and Disposal of Jewelry, Arts, Antiques and Collectibles to the General Public as a customary business Nationwide. The primary storage facility shall be located within the states of Arkansas, Oklahoma, Missouri or Texas. The Jewelry, Arts, Antiques and Collectibles services contract will be for a Base Period and Four (4) one-year options periods. If you are interested in the upcoming solicitation, provide a capability statement addressing your company's ability to provide the related services. It is important interested sources provide a capability statement along with responses to all of the following questions to: Shannon Dinkelman, Supervisory Contract Specialist via email at Shannon.Dinkelman@usdoj.gov or you may fax your response to 703-308-0374, ATTN: Shannon Dinkelman. You are advised that providing your capability statement and responses to all questions that no entitlement to payment or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. In addition, you are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. All responses are due by June 30, 2016 at 2:00 pm EST. Name of Firm: Address: Point of Contact: E-Mail Address: Telephone #: DUN & BRADSTREET #: QUESTIONS (all questions must be answered - NO BLANKS): Indicate your firm's size and status of your organization: ________ Small Business, ________ Large Business, ________ 8(a), ________ Veteran-Owned, ________ Service Disabled Veteran-Owned, ________ Women-Owned Small Business, ________ Small Disadvantaged Small Business, ________ HUBZone Small Business, and _________ Historically Black Colleges/Minority Institutions? What percentage of the work would your firm perform and what percentage of the work would you subcontract? If subcontracting opportunities are available, do you anticipate subcontracting with _____ Small Business, _____ Veteran-Owned Small Business, _____ Service Disabled Veteran-Owned Small Business, ______ Women-Owned Small Business, and _____ HUBZone Small Business concerns? Which of the following does your firm offer to the General Public on a Commercial Basis? ______ Storage, ______ Disposal Services Is your facility able to segregate and properly identify USMS Assets from Non-USMS Assets? Can your firm provide auctioneer services to dispose of seized assets? Is it customary that when your firm auctions an asset that the auction price is governed by the pricing guidelines established by an appraisal? How much square footage does your indoor storage facility have? Are you aware of any Laws and Regulations that are unique to the services being acquired? Does your firm possess the necessary licenses and permits to conduct business for these services in the proposed state? Does your firm belong to any trade organizations? If so, please list the organization(s). Is it customary to offer warranty, buyer financing, discounts, etc., under which commercial services you provided to the General Public? Would your company be interested in participating in this requirement? End of Survey NOTE: The solicitation will be posed at FEDBIZOPPS, https://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/BSDAFCT/DJM-16-AFD-0006/listing.html)
- Place of Performance
- Address: Nationwide services., Primary storage facility to be located in Arkansas, Oklahoma, Missouri or Texas, District of Columbia, 20530, United States
- Zip Code: 20530
- Zip Code: 20530
- Record
- SN04152706-W 20160618/160616235123-105b8d659b2bc6b16af3912fea77ebbf (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 |