Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
MODIFICATION

56 -- Regional Logistical Management of Materials Supporting the Reinforced Fence Requirements, Department of Homeland Security

Notice Date
1/29/2008
 
Notice Type
Modification
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
 
ZIP Code
94105-2195
 
Solicitation Number
W912P7-08-S-0001
 
Response Due
2/10/2008
 
Archive Date
4/10/2008
 
Point of Contact
Fernando Garcia, 415 503-6989
 
E-Mail Address
Email your questions to USA Engineer District, San Francisco
(fernando.garcia@spd02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Brief Background Information: The Department of Homeland Security (DHS), Bureau of Customs and Border Protection (CBP) is responsible for the management, control and protection of our nations borders at and between the official ports of entry . The mission of the CBP is to prevent terrorist and terrorist weapons from entering the U.S., while simultaneously facilitating global trade. The CBP desires to increase and extend control of the border and ports of entry via a tactical infrastructure p rogram that includes reinforced fencing. Presently, this will encompass the Southwest Border States of Texas, New Mexico, Arizona, and California. Potential period of performance: three (3) years. The contract capacity is estimated at mor e than $10,000,000. The individual task order threshold is estimated at $25,000. Description of Required Services: This notice is NOT a request for competitive proposals or quotations. The purpose of this synopsis is to conduc t market research of potential sources as it pertains to the regional logistical management of materials supporting the metal fencing requirements along the Southwest Border States indicated above. It is anticipated that the following services will be required: logistics management consulting services, purchasing / providing supplies, inventory management and control, quality assurance, quality control, develop and manage distribution networks, warehouse use and operations, stockpiling and accountab ility of commercial items (supplier/distributor capabilities), to include the financial capacity to obtain and store items up to several months, along with associated security measures, transportation and shipment of supplies, and materials management and handling. Key components of this work include: (a) Timely responses, within 24 hours (critical) and within 48 hours (routine) to furnish requested supplies to contractors either at various distribution centers or work sites along the State bo rders identified above. (b) Responding to multiple orders for supplies in different southern Border States, simultaneously. (c) Provide warehousing, and potentially the delivery of the supplies to various fence construction sites, or to var ious staging areas along the border for each construction site. (d) Procure long-lead item supplies, stage the supplies in a warehouse and coordinate deliveries with commercial construction contractors, as well as military personnel. The Cont ractor will have experience in control and management of commercial items, including transportation and distribution of items for the States identified above. The Contractor will have demonstrated logistical abilities as applied to: transportation infrastructure and warehousing capabilities. Potential sources must submit a capability statement of no more than three (3) pages in length, which addresses the following key areas: (1) TECHNICAL  Knowledge and past experience specific to the varying types of work described above. Submit only current and past projects that are not more than three (3) years old with a brief description of the contractors responsibilities. (2) MANAGEMENT  Potential sources should identify their management e xperience for support of concurrent firm fixed price task orders, and their ability to track costs and schedule under such task orders. (3) BUSINESS SIZE  Potential sources need to identify whether or not they are an Other than Small Business, Small Bu siness, 8(a) Business, HUBZones, and Service-Disabled, Veteran Owned Small Business. (4) ACCOUNTING AND PURCHASING SYSTEM STATUS  Potential sources shall identify whether or not their current accounting system has been approved by the Federal Governmen t for cost reimbursement contracting. All interested parties shall respond with a statement of qualifications that is not to exceed 10 pages. Interest ed parties shall submit their responses via e-mail to: spnct@usace.army.mil A determination to compete or not to compete this proposed contract is solely within the discretion of the U.S. Government. Point of Contact: All responses a re due to the U.S. Army Corps of Engineers, San Francisco District, Contracting Division, Attn: Mr. F. Garcia, 1455 Market Street, San Francisco, CA 94103-1398, not later than 4PM PST on February 10, 2008. Mr. Garcias work number is (415) 503-6989 Place of Performance: Address: U.S. Army Corps of Engineers, San Francisco District 1455 Market Street, San Francisco, CA Postal Code: 94103-1398 Country: U.S.A.
 
Place of Performance
Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 1455 Market Street San Francisco CA
Zip Code: 94103-1398
Country: US
 
Record
SN01495068-W 20080131/080129230451 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.