Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

V -- DPM Inbound, Outbound, Intra-City, Schedule I, II, III

Notice Date
4/1/2020 8:57:41 AM
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
 
ZIP Code
30905-5719
 
Solicitation Number
0011432953
 
Response Due
4/17/2020 1:00:00 PM
 
Archive Date
05/02/2020
 
Point of Contact
Corey A. Rezner, Phone: 7069017311
 
E-Mail Address
corey.a.rezner.civ@mail.mil
(corey.a.rezner.civ@mail.mil)
 
Description
THIS IS A Sources Sought Notice ONLY.� The Mission and Installation Contracting Command, Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to provide services for packing, containerization and local drayage of Direct Procurement Method (DPM) personal property shipments published in the Defense Transportation Regulation. The U.S. Government desires to procure the DPM Inbound, Outbound, Intra-City, Schedule I, II, III on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Government wide Point of Entry. �It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is/are:� 484210 � Used Household and Office Goods Moving with a Product Service Code of V301 � Transportation/Travel/Relocation-Relocation: Relocation and size standard of $30M. � The MICC � Fort Gordon anticipates releasing a solicitation announcement around 10 June 2020. This is anticipated as a requirements contract for the services specified and effective for the period stated, in the Schedule. The quantities specified in the Schedule are estimates only. If the Government�s requirements do not result in orders in the quantities described as �estimated� or �maximum� in the /schedule, that fact shall not constitute the basis for an equitable price adjustment. Refer to the PWS for specifics on Ordering.� The estimated period of performance will consists of one (1) base year plus four (4) one year options. A continuing need is anticipated for the DPM Inbound, Outbound, Intra-City, Schedule I, II, III which is currently being fulfilled through current contract # W91249-16-D-0003 and is/was a 100% small business set-aside. �Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. � PLACE OF PERFORMANCE � The work to be performed under this contract will be performed within the following defined areas of performance which include terminals identified therein: Area 1: State of Georgia: Richmond and Columbia Counties State of South Carolina: City limits of North Augusta Area 2: State of Georgia: Burke, Jefferson, Lincoln, and McDuffie counties State of South Carolina: Aiken and Edgefield counties (less the city limits of North Augusta) Area 3: State of Georgia: Emmanuel, Glascock, Jenkins, Screven, Taliaferro, Warren and Wilkes counties State of South Carolina: Allendale, Barnwell, Hampton, and McCormick counties. � � BROAD DESCRIPTION OF WORK: The contractor shall furnish services and materials for the preparation of personal property (including servicing of appliances) for movement or storage, drayage and related services. Unless otherwise indicated in the Schedule, the contractor shall (a) Furnish all materials except Government-owned containers, all equipment, plant and labor; and (b) Perform all work in accomplishing containerization of personal property for overseas or domestic movement or storage including: stenciling; cooperage; drayage of personal property in connection with other services; handling of shipments into and out of the contractor�s facility; and de-containerization of inbound shipments or personal property. Excluded from the scope of this contract is the furnishing of like services or materials which are provided incident to complete movement of personal property when purchased by the Through Government Bill of Lading or other method/mode of shipment or property to be moved under the Do-It-Yourself moving program or otherwise moved by the owner. Contractor must have adequate storage capacity in the Augusta � Fort Gordon area in order to successfully perform this work. � The contractor will furnish all personnel, equipment, facilities, supplies, services and materials, except as specified herein as 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. Work to be performed will be those services in the Schedules awarded to the contractor as specified in the PWS. SUBMISSION REQUIREMENTS: All interested firms shall submit a Capability Statement that shall not exceed ten (10) pages in length, Times New Roman font, and not less than 10 pitch. The deadline to respond to this request is 4:00 PM, EST on 17 April 2020. All responses under this Sources Sought Notice must be e-mailed to corey.a.rezner.civ@mail.mil. Please ensure the Subject of the email is titled as follows: Your Company Name: Response to DPM Inbound, Outbound, Intra-City, Schedule I, II, III Source Sought. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm has a GSA Schedule. If so, provide the schedule number. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. �Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.� 5. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. 6.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 7.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 9.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a678579b0594492a78cb268dfdb93c1/view)
 
Place of Performance
Address: Augusta, GA 30905, USA
Zip Code: 30905
Country: USA
 
Record
SN05607739-F 20200403/200401230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.