Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2021 SAM #7137
SOURCES SOUGHT

R -- DCSA Fleet Vehicle Plate and Registration Services

Notice Date
6/14/2021 8:36:37 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
DEFENSE CI AND SECURITY AGENCY QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
21-ITC-SS-FleetMaint
 
Response Due
6/24/2021 9:00:00 AM
 
Archive Date
07/09/2021
 
Point of Contact
Kelsie Kautz, Lynda Horton, Phone: 4108639972
 
E-Mail Address
KELSIE.KAUTZ.CIV@MAIL.MIL, Lynda.m.horton.civ@mail.mil
(KELSIE.KAUTZ.CIV@MAIL.MIL, Lynda.m.horton.civ@mail.mil)
 
Description
SOURCES SOUGHT NOTICE �Document Type:� Sources Sought Notice Notice Number:� 21-ITC-SS-FleetMaint Title:� Logistics Management Division Vehicle Fleet State Tag\ New Registration and Renewal Services NAICS Code:� 561990 All Other Support Services Contracting Office Address Defense Counterintelligence and Security Agency (DCSA) Acquisition and Contracting 600 10th Street Fort George G. Meade, MD 20755 This is a Sources Sought notice ONLY.� Requests for copies of a solicitation will not receive a response.� This notice is for planning purposes only and is not a Request for Proposal (RFP) or Request for Quotation (RFQ) or an obligation on the part of the DCSA for conducting a follow-on acquisition.� DCSA does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested. This request for information does not commit the Government to contract for any supply or service whatsoever. The Government is not requesting proposals and will not accept unsolicited proposals in response to the notice. The notice respondents are advised that all costs associated with responding to this notice will be solely at the respondents� expense; the Government will not pay for any information or administrative costs incurred in response to this notice. Vendors will not be precluded from participation in any future RFP for opting not to respond to this notice. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Background: The Defense Counterintelligence and Security Agency�s Logistics Management Division (LMD) provides timely and coordinated delivery of goods and services in support of the DCSA mission nationwide, ensuring a modern, safe, and secure work environment. LMD is also responsible for ensuring accurate accountability and disposition of all agency capital property and official records. DCSA Acquisition and Contracting, on behalf of LMD, is seeking information from qualified and capable sources to manage, track, and facilitate state license plate registrations and renewals for DCSA owned or leased vehicles. The fleet of vehicles requiring state tag registrations and renewals are spread across the United States. LMD requires a contractor that is capable of providing all DCSA fleet vehicles with state tags, registrations and support services, that will ensure up to date, active, and renewed and/or new registrations without interruption. The requirement for contractor provided registration and renewals includes, but is not limited to, coordinating with identified end-users who are in possession of the vehicle to ensure timely execution of license plate renewal and/or new registration, customer support, license plate, registration, and renewal expertise in all 50 states and the delivery of associated registration documentation to the respective end-user and agency Contracting Officer�s Representative (COR). Requirement: DCSA is seeking information on contractors who can provide the following general services: General Tasks:� The Contractor shall be capable of performing: The Contractor shall provide an internet based and centralized billing system with user interface that promotes account management. The Contractor shall track and certify all registrations, renewals and delivery charges. The Contractor shall provide customer support as needed to address issues identified by the end-users, COR, or Contracting Officer, within twenty four (24) hours after receipt. The Contractor shall process all required vehicle registration and renewals on behalf of DCSA with the applicable state and local government, ensuring no gaps between expiration and renewals. The Contractor shall notify vehicle end-users of upcoming inspection deadlines or other tasks required to keep the vehicle in a legal operating status at least 30 days prior to respective deadlines. The Contractor shall stay up-to-date on any state or local policy changes impacting vehicle registration or performance of this effort. The Contractor shall make available at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after the performance period ends. The Contractor shall deliver/mail registrations and renewals and potential plates to the appropriate users in a timely manner within 5 business days from receipt of the respective items. The Contractor shall be responsible for coordinating and ensuring replacement of state plates and registrations in the event the plates and/or registrations are reported by the end-user or COR as missing or stolen. Reports: The Contractor shall develop and present reports to DCSA when requested or at a specific time to be determined later. The Contractor shall maintain a database of all relevant information necessary for performance of this requirement that is accessible to the Government. Interested parties shall describe the capabilities of their organization as it relates to the services described above.� DCSA anticipates issuing a RFQ in the fourth quarter of FY2021. DCSA is seeking responses from all responsible sources, including large and small businesses. The small business size standard associated with the NAICS code for this effort, 561990, is $12 million. Please include your company�s size classification and socio-economic status in any response to this notice.� After results of this market research are obtained and analyzed, DCSA may conduct a competitive procurement and subsequently award a contract.� Companies that can provide such services are requested to email a written response describing their abilities to Lynda.m.horton.civ@mail.mil and Kelsie.kautz.civ@mail.mil �no later than the response date for this sources sought notice. The following information is requested to be provided as part of the response to this sources sought notice: Name, Address, DUNS number, CAGE code, and point of contact information of your company. � Any information on the company�s small business certifications, if applicable. � Description of your company�s capabilities as they relate to the services described in this notice, in addition, please address the following: � What is your company�s process for managing a large fleet of vehicles new state registration and renewals for large entities? � Does your company have an existing web portal that allows customers to obtain records of their fleet administration services? If so, what information is captured through this web portal? Is it reflected in real time? Can reports be pulled to ensure completion of renewals, registrations, and plate replacement? � How does your company price these services? Is it fixed pricing per state per registration, renewal or plate replacement? � A description of your company�s previous experience providing the services described in this notice. � Indication of whether the services described in this notice are currently offered via your company�s GSA Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), or other existing Government-wide contract vehicles; and, if so, the contract number(s) for those vehicles. � Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Responses are limited to a total of two (2) pages. The responses must be in MS Word format.� Pages shall be 8�-inch x 11-inch, using Times New Roman 11 Point Font.� Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be analyzed) may be included in the 1"" margin space.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87a6460c635e44778f205eebb16c428e/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN06031200-F 20210616/210614230117 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.