Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOURCES SOUGHT

P -- Request for Information Sale of Government Rolling and Non-Rolling Stock Property

Notice Date
6/29/2020 5:22:32 AM
 
Notice Type
Sources Sought
 
Contracting Office
DLA DISPOSITION SERVICES BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
DLADSSales0001
 
Response Due
7/24/2020 1:00:00 PM
 
Archive Date
08/08/2020
 
Point of Contact
Erica Nowicki, Phone: 269-961-4765, Keoni Taylor, Phone: 269-961-5727
 
E-Mail Address
Erica.Nowicki@dla.mil, keoni.taylor@dla.mil
(Erica.Nowicki@dla.mil, keoni.taylor@dla.mil)
 
Description
The Defense Logistics Agency (DLA) Disposition Services Public Sales Division, Battle Creek, MI is requesting information as detailed below. Request for Information (RFI) Synopsis: A Request for Information (RFI) is a market research tool used to determine the technical approaches, sources, and capabilities most suitable for the sales contract prior to developing a solicitation. �The intent of this RFI is to identify potential sales approaches from both the contracting perspective and the operational perspective that will enable DLA Disposition Services to accomplish the objectives stated herein, with an emphasis on utilizing successful commercial practices to the maximum extent possible.� The overall sales of usable property disposal objective is to develop an appropriate contract vehicle and performance work statement to allow DLA Disposition Services to dispose of surplus usable safe to sell excess personal property which includes Rolling Stock and Non Rolling Stock Property within the Continental United States to include Puerto Rico, US Virgin Islands, and Guam (CONUS). DLA Disposition Services intends to award a public sales contract for the sale of excess personal property that the Department of Defense no longer needs. The overall intent of this sales contract is to receive the highest recovery value for the taxpayer in a safe and auditable fashion. The awarded sales contractor will be issued the property on a weekly basis on a delivery order. Items issued to the sales contract will be billed at the end of each month. The awarded sales contractor must meet the desired capability stated herein for the successful and auditable operation of this contract. Other factors regarding desired capability are as follows: - Geographic coverage for all of the Continental United States (and Puerto Rico, US Virgin Islands, and Guam if applicable to your firm) to include Receipt In Place (RIP) locations. RIP locations are at alternate sites that are not under DLA Disposition Services direct control.� They may be on or off military installations. DLA Disposition Services current locations are available at https://www.dla.mil/DispositionServices/Contact/FindLocation.aspx - Approximate volumes and types of Usable Property historically turned in yearly include, but are not limited to military vehicles and equipment, construction vehicles and equipment, warehousing material handling equipment, medical equipment, commercial vehicles and equipment, recreational vehicles and equipment, military and commercial textiles. The average historical original acquisition value of the rolling stock assets is estimated at $304,467,266.00 dollars per year. The average historical original acquisition value of the NON-Rolling stock assets is estimated at $895,761,690.00 dollars per year. The current sales contract, Commercial Venture 5 Liquidation can be found at: https://www.dla.mil/Portals/104/Documents/DispositionServices/Sales/CV5L/FinalIFB18-0340CV5L-East.pdf?ver=2017-11-29-082829-020 Please be advised that any sales history information and IFBs provided is for informational purposes only. Prior IFBs and property generations and sales data are not predictors of future generations or sales contracts. - Capabilities need to include simultaneous removal of multiple truckloads of property in the broad coverage area; e.g. removals needed in VA, TX, CA, HI, and WA all in the same week due to storage limits or other constraints, to support the DOD reverse logistics disposal operations. - Anticipating a standard of ten (10) calendar days to conduct a joint inventory and remove property upon notice by the Government, given storage limits and regulatory requirements for both RIP locations and DLA Deposition Services Sites. - Full purchaser capability to remove, including all personnel, loading equipment and transportation, is required with no Government loading equipment or personnel support.� - Full Purchaser capability to keep an inventory by serial number to ensure positive control of the blank Stand Form (SF) 97 provided by the Government at all time. Purchaser will be required to complete all required information and send the completed SF97 to DLA Disposition Services Public Sales Office for Transferor�s Signature. DLA Disposition Services Public Sales Office will sign the Transferor�s signature block and printed name block on the SF97. Purchaser is cautioned that some SF97 will require OFF ROAD USES ONLY be stamped on the SF97 by the Purchaser. A listing of such rolling stock items that require the OFF ROAD USES ONLY stamp will be provided to the Purchaser. DLA Disposition Services Public Sales Office will only provide one SF97 per vehicle. DLA Disposition Services Public Sales Office will only sign off on SF97 that have the Purchaser�s information in the Transferee block. DLA Disposition Services Public Sales Office will not sign off on a SF97 for a 3-party buyer. - Full Purchaser capability to develop a web-based application to review property to determine and confirm sales eligibility. The Government and Purchaser will refer to this application as the Quarantine Tool (Q-Tool).� Ultimately, the Q-tool will serve as a five (5)-Business day Government preview area of all items the Purchaser is preparing to offer for sale. During the five (5)-Business days preview, the Purchaser is not allowed to make property visible to the general public. The Government must notify the Purchaser of any item not eligible for sale within the 5-day preview time. - Full Purchaser capability for property assurance which may result in the property being returned to the Government.�� DLA Disposition Services will furnish the Purchaser a Do-Not-Sell (DNS) List (to include updates as often as necessary) and a Demilitarization Code Change (DCC) List (also updated as often as necessary) representing items that are or have become prohibited from sale. The Purchaser will return any item on the DNS and DCC lists prior to release to resale customers and will identify the return by the applicable Delivery Order and Disposal Turn-In Document (DTID). After property has been cleared for shipment by the USG, Purchaser will do all packing, handling, and crating to include loading blocking and bracing of the Governments conveyance as needed for shipment back to DLA Disposition Services. - Full Purchaser capability for Compliance with Export Control Regulations � Items in the product pool, including DEMIL A property, may be subject to export control restrictions. Upon title transfer, the Purchaser shall consult with Departments of State and Department of Commerce export control regulators if there are doubts about the type of export controls that apply to any item, regardless of DEMIL code.� The Purchaser may request a formal Commodity Classification from the Department of Commerce, Bureau of Industry and Security (BIS), or submit a General Correspondence request to the Department of State, Directorate of Defense Trade Controls.� Information on managing exports of CCL items can be found at the Bureau if Industry and Security website at https://www.bis.doc.gov/index.php/forms-documents/pdfs/1641-ecp/file. The Purchaser must comply with U.S. export control laws and regulations. The Purchaser is referred to the Export Administration Regulations (EAR), including parts 732, 736, and 746.� The Purchaser is advised that United States Munitions List (USML) and Commerce Control List (CCL) items may not be sold in foreign countries or to foreign persons unless there is compliance with Department of State/Commerce licensing requirements or a proper determination is made that no license is required. The US export control regulations specified above may apply to subsequent transactions of the property.� The Purchaser shall obtain a statement from the buyer, containing information similar to that contained in the USG�s End-Use Certificate (EUC)� and must check any prospective buyer to ensure the buyer is not on the Department of Commerce proscribed party list (entity and person) and prohibited country list; that the transfer will not violate 15 CFR Part 736, and, issue a destination control statement in accordance with the EAR.�� Additional Information on managing exports of CCL items can be found at the Bureau of Industry and Security website at https://www.bis.doc.gov/index.php/forms-documents/pdfs/1641-ecp/file. - Full Purchaser capability to participate in the Government�s Federal Asset Sales (eFAS) Program by maintaining a link to their web site on the GovSales.gov website.� Purchaser will not be allowed to post property directly into the GSA managed web site.� The Purchaser agrees to maintain and manage a working Hypertext Markup Language (HTML) object that allows customers to link to the Contractor�s web site by clicking on the link. - Full Purchaser capability to cooperate with the Government when informed by DLA Disposition Services of an ongoing investigation by any DOD or Federal Government investigation service or agency or during DLA Compliance Reviews, Investigations or Audits. Purchaser agrees to provide DLA Disposition Services with all requested information regarding property or information relating to the Contractor�s operations, and resale buyer.� Purchaser must make all sales records pertaining to such investigations available to DLA at the earliest available opportunity but no later than three (3) business days of the request. Requests for information will be provided in electronic format when possible. Purchaser personnel with knowledge of the particular subject matter must be available to cooperate with any Government investigation. -�In addition to the above factors, interested firms are encouraged to discuss which of the following approaches they believe would best meet the Government�s interests regarding the sale of Usable Safe-to -sell excess personal property: �(1) an all-inclusive usable sales contract that includes all DoD excess Safe-to-Sell property; or (2) whether having separate sales contracts for Usable Non-Rolling Stock and Usable Rolling Stock is either more advantageous to the government or desirable from a purchaser perspective.�� The Government intends to solicit and award a sales Contract, where the purchaser will bid on a percentage of the original acquisition value as its purchase price for the item. Proposals are not to be submitted at this time.� A response to this RFI will not be considered an adequate response to any forthcoming solicitation announcement, nor will it result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. Sales Contractors are reminded that this is a Request for Information, NOT a request for technical proposals or bids.� As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding Sales contract. While the FAR does not apply to sales contracts, the procedures set forth under FAR 15.201 are being utilized. Sales contracting falls under 32 CFR Part 273. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.� There is no solicitation available currently. SUBMISSION REQUIREMENTS: Interested firms that may be able to meet the potential requirements outlined above are to please �submit a brief capabilities statement package (no more than 5 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. �This documentation shall address, as a minimum, the following: �(1) Company Profile to include number of employees, office location(s), DUNS number and/or Cage Code and as applicable, information identifying small business classification including any other socioeconomic categories. �(2) Relevant experience within the last five years, including any contract numbers, and Government/Agency or commercial firm points of contact (POC) and current email/telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor. Company sales brochures or marketing packages will be considered, but we are most interested in a more specific response which displays the commercial approach and capabilities desired to meet the potential requirement. The submitted package must be received no later than 4:00 p.m. (EST) on Friday, July 24, 2020.� All submissions must be sent via electronic mail to: Robert.Rix@dla.mil, Erica.Nowicki@dla.mil, and Keoni.Taylor@dla.mil. �� The Government will not provide a debriefing on the results of this RFI, but does plan to fully take into account responses in any sales contracting action which follows this market research step. All information submitted will be held in a confidential manner and will only be used for the purpose intended. The points of contact provided may be contacted for questions or clarification: Primary Point of Contact: Erica Nowicki Sales Contracting Officer Public Sales Contracting Division DLA Disposition Services Battle Creek, MI Phone: 269-961-4765 Email: Erica.Nowicki@dla.mil Alternate POC: Keoni Taylor Lead Sales Contracting Officer Public Sales Contracting Division DLA Disposition Services Battle Creek, MI Phone: 269-961-5727 Email: Keoni.taylor@dla.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e5bb598234624ece98abc4b8c5904786/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05706920-F 20200701/200629230159 (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.