Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOURCES SOUGHT

X -- Warehousing and Delivery Services

Notice Date
5/23/2023 6:20:19 AM
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
 
ZIP Code
20515
 
Solicitation Number
SSB-23-I-0059
 
Response Due
5/30/2023 7:00:00 AM
 
Archive Date
06/01/2023
 
Point of Contact
Jamie L Morton, Phone: 2026152729, James (Scott) Drummond
 
E-Mail Address
jamie.morton@aoc.gov, james.drummond@aoc.gov
(jamie.morton@aoc.gov, james.drummond@aoc.gov)
 
Description
This source sought notice is issued solely for information and planning purposes to gain knowledge of potential sources capable of fully satisfying a potential requirement.� This is not a solicitation announcement, nor does it promise a solicitation in the future. No solicitation exists; therefore, do not request a copy of the solicitation. Proposals are not being requested or accepted at this time and a contract will not be awarded from this announcement. The decision to solicit for a contract shall be solely withing the Government�s discretion. No reimbursement will be made for any costs associated with providing information in response to this announcement. All submissions will become Government property and will not be returned. The government will not provide any feedback or evaluations regarding the information submitted. The Architect of the Capitol (AOC) is seeking contractors who can provide warehousing and delivery services in support of the operational needs of the AOC and its Legislative Branch clients. This shall be a five-year service contract agreement, consisting of a twelve (12) month base followed by four (4) option periods, with each option executed upon acceptable contractor performance. Under this agreement the Contractor will provide 11,000 square feet of warehouse space, equipped with a rack system for proper storage and tracking of inventory products. This scope includes but not limited to provide the following tasks as listed below: Warehousing rental and storage services Warehouse labor support � Manager and laborers� Weekly delivery services Bulk supplies delivery services � two (2) per week� Small �white-glove� client delivery services � as required each week� Inventory tracking Contract budget tracking and invoicing Material/supplies research and procurement services� The Government has approximately 525 pallets (48�x48�) of various PPE supplies, custodial cleaning products, and other materials, with a pallet surge (increase/decrease) up to 5%. The contractor shall provide warehousing facilities and inventory management to properly store, distribute, and deliver products upon request by the Government. The Contractor shall provide adequate staffing and equipment to manage the Government�s inventory. Additionally, the Contractor shall make a minimum of one bulk delivery per week, and as many �white-glove� deliveries per week as required. The Contractor will manage the Government�s PPE inventory, using a commercially created inventory program, providing required weekly and monthly documents. Typical Request/Delivery Scenario The various jurisdictions of the AOC may request one, or several pallets, of miscellaneous supplies each week. Requests could be for two cases of one product, one case of another, and ten cases of a third item, to be delivered to a loading dock all on one pallet.� The Government will provide a �pick-ticket� identifying products for a scheduled delivery. The Contractor shall pull inventory from Government stock and build pallets to the specific requests according to the pick-ticket provided by the AOC. All pallets are to be wrapped in plastic prior to delivery to the requestor destination. Delivery agent shall reach out to the POC listed on the pick-ticket, to coordinate delivery and gain receipt signature from the client. The Contractor must meet the following technical requirements: Warehousing Services: Provide minimum of 11,000 square feet of indoor, climate-controlled warehouse space to support a current Government inventory count of ���� 525 pallets � Warehouse facilities, equipped with appropriate loading docks and high ceilings to accommodate vertical storage capabilities Warehouse should be equipped with proper facilities to accommodate staff, i.e., restroom, break room, supervisor office, etc. The contractor shall provide for all utilities required to operate the warehouse appropriately� The warehouse facility must be within 30 miles of the Capitol Complex Warehouse facilities shall be made available at all times to AOC personnel for inspection of inventory operations The contractor will provide appropriate heavy-duty shelving for boxes, pallets, etc. The contractor will provide any equipment needed to properly rotate, store, move and deliver material i.e., forklifts, pallet jacks, banders, plastic wrappers, etc.�� Warehouse services shall include 24/7 availability to receive and unload trucks upon delivery by vendors The contractor shall provide disposal services of materials that have expired�on a reimbursable basis � The contractor will follow all standards and AOC guidance for disposal of expired inventory The contractor shall be responsible for proper disposal of all waste and trash generated as part of the warehousing process� Delivery Services:� Delivery services will be made using an appropriate box, or tractor trailer truck, equipped with a lift gate to accommodate client facilities that do not have loading dock capabilities The contractor shall provide small quantity/item directly services directly to client offices upon request, utilizing a smaller vehicle capable of parking in a standard parking space��� All delivery vehicles shall be clearly marked with the vendor�s name and company logo������ Bulk delivery of supplies shall take place on a duration of once (1) weekly Small �white-glove� deliveries based on client requests shall be weekly as required Deliveries shall take place during the hours of 5:00 a.m. and 2:30 p.m., Monday-Friday Special deliveries, after hour, or weekend deliveries will be on a reimbursable basis based on a predetermined rate��� All deliveries shall be properly palletized and wrapped in plastic to protect against damage� All pallets shall be loaded onto trucks and secured appropriately��� All deliveries to the Capitol Complex must go through screening at 4700 Shepherd Parkway, SW, Washington DC, 20032�� The contractor shall maintain an updated AOC customer point of contact list for delivery coordination and verification�� The contractor shall coordinate directly with the AOC customers for delivery times and location� The contractor will be prepared to pick up the expired, or unwanted inventory from AOC customers and return the items back to the warehouse for restocking or disposal as appropriate� � Logistics/Operations Management: The contractor shall provide a warehouse manager for overall logistics management, as well as the appropriate level of staffing to meet the requirements of the statement of work. The contractor shall utilize a commercially developed computerized inventory system designed for tracking inventory levels, shipping and receiving, material costs, and manufacturer information, etc., with the capability of downloading into an Excel format� Warehousing processes shall follow the FIFO method for distribution of stored materials The contractor shall utilize an accounting system for tracking of contract budget and invoicing� The contractor shall meet with the COR monthly to review inventory tracking, client� requests, and contract performance The warehouse manager shall be on call 24/7 for AOC Inventory support� The contractor may be requested to procure products on occasion as a reimbursable cost to the contract� � Responses to this notice shall be limited to a total of five pages. Two of the five pages shall identify the contractor�s information and provide a capability statement, while the remaining three pages shall be similar projects completed in the past (maximum 1 page per project).� The submission text shall be 12-point minimum and use Times New Roman font. The contractor�s information shall include the: Contractor�s name, address, main point of contact, phone number, his or her email address, GSA Schedule Number, DUNS, and Unique Entity Identifier. The capability statement shall demonstrate the contractor�s ability to fulfill the requirements. The contractor shall ensure sections 1 and 2 below are incorporated into the capability statement.� Please note that standard brochures will not be considered a sufficient response to this notice. the contractor must be an established operation and provide the following information with their response: ����������� Minimum of 5 years� experience in logistics and warehousing ����������� Affidavit of warehouse space ownership, or valid lease to support the quantity of inventory ����������� Define truck / vehicle fleet type and size� ����������� Identify inventory / logistics software system ����������� Valid insurance / warehouse legal liability Description of a minimum of three projects completed within the past five years similar to the work identified above. Interested contractors should submit an electronic copy of the requested information via e-mail to the Contracting Officer, Jamie L Morton, at Jamie.morton@aoc.gov ��no later than May 30, 2023, at 10:00 am EST.� All correspondence sent via email shall contain a subject line that reads ""Warehousing and Delivery Services."" Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc,. docx,. xsls or .xls documents are attached to your email. All other attachments may be deleted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1f9832bd1de42d9b132b6f06c696277/view)
 
Place of Performance
Address: Washington, DC 20515, USA
Zip Code: 20515
Country: USA
 
Record
SN06692266-F 20230525/230523230123 (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.