Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOURCES SOUGHT

X -- Site Selection for Passport’s Book Production Facilities

Notice Date
4/26/2017
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17I0041
 
Archive Date
6/9/2017
 
Point of Contact
Melissa Tyson, , Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
TysonMR@state.gov, SanchezVJ@state.gov
(TysonMR@state.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis This is a Sources Sought Notice (herein referred to as a Request for Information) issued by the Department of State, as described in Federal Acquisition Regulations (FAR) Sub-Part 15.201(c)(7). This Request for Information will be used for information and planning purposes only. A solicitation is not available at this time. Contractor proposals will receive no response. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Government is interested in identifying businesses capable of providing facilities with the function described herein. The Department of State reserves the right to terminate this request and change its requirements if needed. Responding to this Request for Information does not guarantee participation in future Department activities. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 531120 (Lessors of Nonresidential Buildings (except Mini warehouses)) with the Size Standard of $38.5 million in gross receipts applies to the owners of building space leased to the Federal Government. The standard does not apply to an agent. BACKGROUND The Bureau of Consular Affairs' (CA) is seeking two (2) facilities for: 1) Passport Book printing activities (approximately 6,500 square feet) 2) The Passport Book Quality Control, Customer Service, and Mail-out space (approximately 7,000 square feet) 3) Passport Card printing activities (approximately 6,500 square feet) 4) Border Crossing Card printing activities (approximately 3,000 square feet) 5) Consular Report of Birth Abroad Printing activities (approximately 500 square feet) 6) Spoilage activities adequate space and large capacity shredders at each Facility for spoilage activities related to the destruction of travel documents containing errors and related waste. 7) Contractor and Government personnel oversight and management activities office space for approximately 20 Contractor and Government management staff at each Facility, Conference Room at each Facility for at least 20 people 8) Training space at each Facility for at least 50 people 9) Repair activities (approximately 200 square feet) 10) Information technology activities (adequate space for all information technology (IT) needs including a dedicated server room 11) Strong room space (approximately 3,500 square feet) 12) Employee break room sufficient furnishings and equipment to accommodate lunch and break activities for approximately 50 employees and allow all personnel an area free from travel document personalization operations 13) Locker areas approximately 100 contract travel document personalization employees and separate male and female locker room spaces to accommodate approximately 15 male and 15 female security guards 14) Loading dock space (Each loading dock shall be capable of accommodating at least three trucks (ranging in size from small trucks to semi-tractor trailers) side-by-side conducting loading or unloading operations at the same time. Must be locked and secured. 15) Warehouse and other storage space (approximately 6,000 square feet) The two (2) facilities also must meet the below additional criteria: 1) The Facilities shall be stand-alone buildings. 2) The Facilities shall be able to produce up to 16 million travel documents annually. 3) The Facilities shall not be located in an office building with other tenants. 4) The Facilities shall be located in the continental United States. 5) The Facilities should be located in a geographic location that minimizes the effect of catastrophic weather conditions. 6) The Facilities should be located near sufficient land shipping corridors. 7) The Facilities shall be located near a United States Postal facility that is capable of managing the high-volume of United States Priority Mail Envelopes (up-to approximately 30,000 to 50,000 per day) that will be sent from each Facility. 8) The Facilities should be easy to access in terms of relative proximity to local air transportation and major air carrier services. 9) The Facilities shall comply with all applicable Department of State (DoS), state, local, and Federal Government standards and regulations, such as the Occupational Safety and Health Act (OSHA) of 1970, as revised, and the Americans with Disabilities Act of 1990. The sites shall remain in compliance with such standards and regulations throughout the life of the contract (Base Year) and any exercised OptionYear(s). 10) The Facilities should be situated in locations where local labor market can support the size and the skill sets of labor pool required for the travel document personalization operations. Considerations should include related industries and their impact on recruiting and retaining personnel. 11) The Facilities should be designed with high acoustic, air quality, and temperature environment standards to minimize dust, heat, and sound issues. 12) The Facilities should be designed to meet other environmental control standards that are in compliance with state, local, Federal, and industry standards. 13) The Facilities shall be designed to utilize redundant, high bandwidth, high availability connections to the DoS network. DoS will provide the dual circuits to the Facility. 14) The Facilities must also be located on different national power grids. 15) The Facilities must be sufficiently separated, a minimum of 100 miles, from the other Facility(ies) to prevent a simultaneous loss of operations at multiple Facilities. 16) The Facilities shall be cleared by the Defense Security Service (DSS) at a SECRET SUBMISSION REQUIREMENT All viable interested parties are encouraged to participate. Interested parties must provide documentation that supports your company's capability to meet the anticipated requirements listed within this RFI. The RFI response must include the following information at submittal in order to be considered by the Department of State: 1) Capability Statement a) The Capability Statement response should be concise and focused and not exceed twenty (20) pages excluding cover page, table of contents etc. 2) Business Information: a) Company Name b) Statement as to whether company is domestically-owned or foreign-owned (if foreign owned, indicate the country of ownership) c) Business Size Status (Large Business, 8(a), Small Business, HUBZone, Woman-owned, etc.) d) Address e) Commercial and Government Entity (CAGE) Code f) NAICS Code g) Point of Contact h) Phone Number i) E-mail Address j) Is your company registered in the System for Award Management (SAM)? (Yes / No). 3) Technical Information: Please ensure response addresses the following technical concerns: a) Clearly state if respondent currently possesses a minimum of two and maximum of three Facilities that are of sufficient size to accommodate all aspects of travel document personalization operations and expected production goals. b) Respondents shall be responsible for acquiring the first two Facilities, conducting all preparatory work, renovation work, obtaining facility clearances and any other activities necessary to prepare the facilities for efficient, safe and secure travel document personalization operations within 120 days of contract award. c) At the direction of the Government, the respondent shall be responsible for acquiring the third Facility, conducting preparatory work, renovation work, obtaining Facility clearances and any other activities necessary for efficient, safe and secure travel document personalization operations. 4) Additional Information: a) Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed. b) Do not submit cost or price information with the response. c) No phone calls related to this Request for Information will be accepted. d) All correspondence shall be via email. e) Failure to comply with any of these instructions may result in removal of the response from the Department's RFI/market research analysis. The Department is under no obligation to request clarification or additional information not provided in the initial response. f) All documents should be submitted in.pdf format and submitted via E-mail attachment. g) Interested companies shall submit an electronic copy of their capability statements via email to TysonMR@state.gov. The due date and time for submission of responses is 10:00 AM (ET) May 26, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17I0041/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04486796-W 20170428/170426235805-4687559eedbeb17ad2aa1b85632525e7 (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  © 1994-2020, Loren Data Corp.