Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOURCES SOUGHT

R -- WAREHOUSE SUPPORT - Sources Sought

Notice Date
3/25/2009
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
BLL090014026
 
Archive Date
4/23/2009
 
Point of Contact
Ernest Caldwell,, Phone: 703-767-7892, Michael D Jackson,, Phone: 703-767-1271
 
E-Mail Address
ernest.caldwell@dtra.mil, michael.d.jackson@dtra.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Notice Sources Sought announcements are issued to assist the Defense Threat Reduction Agency (DTRA) in performing market research to determine industry interest and capability to obtain company demographics, benchmarking information and industry ideas for an acquisition approach. This Sources Sought announcement is not a Request for Proposal (RFP) and at this time, no solicitation exists. Introduction: The Agency’s mission is to safeguard the United States and its allies from Weapons of Mass Destruction (WMD) by providing capabilities to reduce, eliminate and counter the threat and its effects. This mission dictates a diverse set of customers and unique mission requirements. The Agency’s Enterprises requirements are equally diverse and unique. This sources sought is to determine whether this requirement can be set-aside to a small business. Background: The DTRA intends to award a firm fixed price requirement for Warehouse Operations Support Services. DTRA requires agency-wide Warehouse Operations Support services. Requirements: DTRA intends to procure services to provide support to the Agency. DTRA intends to issue a Request for Proposal (RFP) for Warehouse Operations Support Services at the headquarters in the NCR, these locations include the central receiving location on Fort Belvoir and storage sites in Chantilly and Alexandria, Virginia. In Albuquerque, New Mexico, warehouse material handling services are required at DTRA Albuquerque, Logistics Branch and operate throughout the Albuquerque Operations (AO) area. The contractor shall provide the personnel necessary to perform Warehouse Operations Support services. The North American Industry Classification System (NAICS) code is 493110. All interested contractors are asked to submit their capabilities statement to meet the requirements of this action with all skill categories. All capabilities statement must be submitted to Mr. Ernest Caldwell no later than 11:00 AM, April 06, 2009 at Ernest.Caldwell@dtra.mil. All future information about this acquisition, including solicitation and amendments, will be distributed through the FEDBIZOPS web site. All questions should be submitted via email. Interested parties are responsible for monitoring the web site to ensure that they have the most up-to-date information about this acquisition. Warehouse Operations Support The Defense Threat Reduction Agency (DTRA) is seeking to establish and implement a performance based service contract for warehouse operations. This effort includes provisions for receiving, accounting, storage, inventory, distribution and disposal services operating out of multiple locations throughout the National Capital Region (NCR) and includes warehouse material handling services at the Albuquerque, New Mexico (ABQ) location. Contractor services are required for the complete management and operation of the Agency warehousing services at designated warehouses in the NCR and warehouse material handling services at the ABQ locations. The DTRA warehouse operations consist of moving supplies between receipt and storage locations, storage and inventory management as per the operational requirements. In the NCR, these locations include the central receiving location on Fort Belvoir and storage sites in Chantilly and Alexandria, Virginia. In Albuquerque, warehouse material handling services are required at DTRA ABQ, Logistics Branch and operate throughout the Albuquerque Operations (AO) area. National Capital Region Only: Provide services during the hours of 7:30 a.m. – 4:00 p.m. local time, Monday through Friday excluding government holidays. The Contractor shall perform services requested by the COR during other hours – in these cases, the COR will provide the Contractor notice at least 2 hours in advance. The Contractor shall provide a 24-hour a day contact including phone numbers to the COR for emergency (other than normal hours) call back situations. Provide a supervisor and an adequate number of personnel during the hours of 7:30 a.m. – 4:00 p.m. Local Time, Monday through Friday excluding government holidays. Ensure that all Contractor employees are proficient in English and able to read and understand written orders, forms, and schedules. The Contractor personnel must be able to complete DTRA forms and documentation in written English. The supervisor and an alternate must be computer literate in order to retrieve data from the DPAS Tech Refresh and provide reports. Ensure that all personnel are properly trained, and competent to perform the assigned tasks; this includes specialized training in order to operate material handling equipment and licenses to operate automotive vehicles. Personnel operating government vehicles shall have a valid drivers license and shall comply with all applicable Fort Belvoir, federal, state, and local driving laws. Ensure that all personnel are located at the Fleet/Gravel Road Warehouse unless items are being actively received or shipped out at the receiving facility located in Building 1976, 6200 Mead Road, Fort Belvoir, VA, the Chantilly area, or other government locations as requested. Government-Furnished Materials/ Government-Furnished Equipment and Government-Furnished Property (GFM/GFE/GFP): The Government will provide warehouse spaces(s) and warehouse equipment, two 5,000 lb. forklifts, fuel, pallet jacks, shelving, hand trucks, office space, restrooms, storage space, and communication equipment such as network connections, computers, printers, copiers, and phones. The Government will provide working supplies such as pallets, wrapping, trash bags, paper, and tape. Contractor Responsibility for GFM/GFE/GFP: The Contractor shall use the GFP provided under this contract for performing this contract only. The Contractor shall provide proper routine care, no-cost maintenance, and use of GFM/GFE/GFP in its possession or control. The Contractor shall comply with the terms of the Federal Acquisition Regulation (FAR) Subpart Part 45.5, Management of Government Property in the Possession of Contractors. The Contractor shall investigate and report all cases of loss, damages or destruction of GFM/GFE/GFP to the property administrator immediately. Notify the COR when periodic maintenance such as oil changes are due, or repair of GFM/GFE/GFP is required. Ensure that all areas are left in a clean and orderly condition at the end of each business day. Contractor Furnished Equipment/ Contractor Furnished Property: The contractor shall provide two (2) 5 ton box trucks with hydraulic lift gate for use in transporting a variety of materials to/from DTRA customers in the National Capital Region. The contractor shall provide all maintenance, servicing, gas, and insurance for the contractor furnished trucks. Delivery/Pickups: The Contractor shall deliver/pickup a variety of materials to/from DTRA customers in the National Capital Region including Fort Mead, MD. The Contractor shall use receipt/issue/turn-in document (DD 1150) as evidence of property control records. Inventory: The Contractor shall conduct quarterly physical inventories of all Government property in its possession or control and with DTRA customers for accountability records, and provide an inventory list to the property administrator within 15 days after the end of the quarter. The Contractor shall utilize the Defense Property Accountability System (DPAS) for tracking agency inventory. The contractor shall verify the DPAS inventory for completeness and accuracy. Errors shall be reported to the Property Administrator for correction. The Contractor shall identify and label items in the warehouse by bin location. The Contractor shall ensure the database contains records of all items stored in DTRA ware house facilities and tracking of items upon receipt and until delivered to customers. Courtesy Storage, Joint Inventory, and Records: The Contractor shall maintain proper storage for all items in the warehouse. The Contractor shall maintain an accurate itemized inventory record of the description, location and disposition status of all items physically on-hand in courtesy storage. The contractor shall maintain a current Inventory List of customers’ equipment in courtesy storage. The Contractor shall ensure that the customer’s Inventory List is updated every six months by the customer. The Contractor shall conduct a joint inventory with the customer to ensure that the on-hand quantity matches the Inventory List. The Contractor shall only issue items from the courtesy storage to authorized customer or designated representative(s). ALBUQUERQUE LOCATION ONLY Government-Furnished Materials/Government-Furnished Equipment and Government-Furnished Property (GFM/GFE/GFP): The Government will provide a warehouse and warehouse equipment, including 1˝ Ton Stake Truck (diesel), ˝ Ton Pickup Truck, 5K (gas) and 3K (electric) forklifts, office space, restrooms, storage space, and communication equipment such as network connections, computers, printers, copiers, and phones. The Government will provide working supplies such as pallets, wrapping, trash bags, paper, and tape. Contactor Responsibility for GFM/GFE/GFP: The Contractor shall, inspect, and perform routine no-cost maintenance/service, for delivery vehicles, material handling equipment, warehouse facilities, and office equipment. The Contractor shall investigate and report all cases of loss, damages or destruction of GFM/GFE/GFP to the property administrator immediately. The Contractor shall keep records of maintenance and damages of the GFM/GFE/GFP discovered as a result of inspections. The Contractor shall ensure that all areas are left in a clean and orderly condition at the end of business each day. Operating Hours: The Contractor shall provide services during the hours of 6:30 a.m. – 4:00 p.m. Local time, Monday through Friday excluding government holidays. The Contractor shall perform services as requested by the COR during other hours – in these cases, the government will provide the Contractor notice at least 2 hours in advance. The Contractor shall provide a 24-hour a day contact including phone numbers to the COR for emergency (other than normal hours) call back situations. Delivery/Pickups: The Contractor shall deliver/pickup a variety of materials as required to/from DTRA customers at all ABQ locations within the ABQ area of responsibility. BOTH NATIONAL CAPITAL REGION AND ALBUQUERQUE LOCATIONS: Permits/Licenses: The Contractor shall, without additional expenses to the Government, obtain all licenses, and permits, such as driver’s licenses, required to perform the work within or outside the Defense Threat Reduction Agency facilities and shall comply with all applicable federal, state, and local laws. Two (2) contractor personnel must be HAZMAT CERTIFIED in accordance with CFR 49 Requirements current issue (published annually) to transport hazardous materials (limited to the infrequent transportation of small arms ammunition, paints, lithium batteries, and cleaning solutions. Environmental Protection: The Contractor shall comply with all applicable environmental protection requirements IAW 40 Code of Federal Regulations (CFR) 264.16 and with all applicable Title 40 CFR, Federal rules/regulations, DTRA rules/regulations, State rules/regulations and all other applicable rules/regulations. The Contractor shall comply with all Federal, State, and local environmental laws and regulations. All environmental protection issues shall be coordinated with the COR. Inspection of any of the facilities operated by the Contractor may be accomplished by DTRA’s Environmental Protection Specialist or by other authorized officials without advance notice at any time. Safety Requirements and Reports: DTRA maintains a policy of zero work-related accidents/injuries and zero items damaged. The Contractor shall prepare and submit a Safety Plan to the COR NLT 30 calendar days after award of the contract, which shall address OSHA and DTRA safety instructions. The Contractor shall provide all personal protective equipment which includes steel-toed shoes, goggles, and gloves. Prior to commencing work, the Contractor shall meet with the COR and the Safety Officer to discuss and develop a mutual understanding relative to execution of the Safety Plan. The contractor personnel shall attend regular scheduled safety briefing/training and provide a copy of training attendance roster to the COR. The Contractor shall ensure all employees are knowledgeable, trained, and in compliance with all applicable safety requirements, OSHA standards, DTRA standards, Federal, State, and local laws and regulations. The Contractor shall report in the manner and on the forms prescribed in safety plan all accidents involving injury or property damage to the COR and Safety office. Verbal notification shall be provided to the COR within one hour of occurrence. Copies of accident reports shall be provided to the COR and Safety office within 24 hours of occurrence. Security: The contractor shall possess SECRET facility clearance granted by the Defense Security Service (DSS). Contractor personnel performing work on this contract shall be U.S. citizens, and shall have been granted a minimum of a SECRET security clearance. The Contractor shall provide all forms and information, apply for clearances and shall be responsible for any expense incurred in obtaining SECRET security clearances for the contractor employees. Furniture: The Contractor shall issue/pickup all furniture to/from DTRA customers from stock/offices, as requested. Issue of furniture includes receipt, transport, delivery, installation, tear down and assembly by the Contractor. Receipt of New Material: The Contractor shall utilize the Smart Track System to track all incoming new material. The Contractor shall process receipts and coordinate the delivery of new materials to DTRA customers. The contractor shall prepare and process DD Form 1150, obtain COR’s (or Accountable Property Officer’s if COR is not available) signature for acknowledgement of acceptance on DD Form 577, Appointment/Termination Record – Authorized Signature, and forward the original copy to the Accountable Property Officer within 24 hours. If the items being delivered are from a DD Form 1155 contract, the Contractor shall have the end user sign and date the contract receiving report, verifying whether the delivery is a full or partial delivery from that contract. The Contractor shall ensure all originally signed DD Form 1155s are forwarded to the Government Accountable Property Officer. The Contractor shall perform receiving inspection of all supplies delivered and complete acceptance delivery documentation (Receiving Report), to include signing, on behalf of the Government. Customer Requests: The Contractor shall respond to all COR requests pertaining to the requirements outlined in this performance work statement. The Contractor shall maintain a daily schedule showing tasks to be completed each day and notify customers of scheduled pickup or delivery dates. Documentation: The Contractor shall complete all documentation with each transaction as required for logistics, maintenance, safety, and security in accordance with directives or instructions. A workload data report shall be completed weekly to provide the information on all items received, turned in, and issued, during the weekly period from Friday through Thursday, and turned in at COB on each Thursday. The Government COR will identify the documentation and forms required at the beginning of the contract, and notify the contractor of any changes in procedures or forms as they occur. The Contractor shall obtain signatures from the COR as required, and provide copies of all documentation to the COR. The contractor shall provide a monthly performance report 10 days after the end of each month. The Performance Report provides current status of work completion. The report shall include any significant accomplishments and/or difficulties during the reporting period. The report shall also show the planned leave for the next month. Disposal of Excess Materials: The Contractor shall only dispose of items as requested and with written approval from the COR. The Contractor shall keep track of all material in the warehouse by storage days. At the end of each month, the Contractor shall provide a report listing all material that has been in the warehouse over 180 days as a candidate for disposal to the COR. The Contractor shall verify through Defense Property Accountability System (DPAS) Tech Refresh and record, Asset ID, serial numbers, Federal Supply Class (FSC) and nomenclatures. Contractor shall complete all turn-in documentation to include a DD Form 1150, and coordinate the pickup/delivery of excess materials through WHS Defense Reutilization and Marketing Office (DRMO). After receiving the Property Custodian’s signature, the Contractor shall provide an original of all turn-in documents, to include DD Form 1150 to the Government Accountability Officer. The Contractor shall provide a copy of all turn-in documentation, to include a DD Form 1150to the COR. Recycle: The Contractor shall recycle cardboard in accordance with established DTRA procedures. The Contractor shall complete necessary documentation and coordinate the pickup of the cardboard. Shipments: The Contractor shall prepare items (except hazardous materials) for shipment; to include palletize, band, shrink wrap, measure, and weigh, as needed. The contractor shall provide shipment documents of all materials shipped out of DTRA warehouses to transportation personnel and/or the Property Officer. Capabilities: Potential sources must have the educations and/or experience to exhibit technical proficiency that demonstrates an in-depth knowledge and background in Warehouse Operations support services in a performance-based Department of Defense environment. Must have good communications skills in English (verbal, written, and computer). Must have the ability to effectively plan, organize, and execute assignments, ability to complete all task in a timely manner with minimal oversight, have extensive knowledge of technical editing and analysis techniques. Sources must demonstrate experience and ability to provide an adequate number of cleared personnel, at the Secret level. Responses: Small business offerors having the required capabilities necessary to perform the stated requirements are invited to provide information to contribute to this sources sought. Interested offerors should provide within their electronic responses the following: 1. Company name, address, point of contact, telephone number, email address, business size and small business status such as disadvantaged, 8(a), HUBZone, Woman Owned, Minority Owned, and/or Service Disabled Veteran Owned Small business. 2. Ideas/Recommendations for an acquisition strategy to satisfy the stated requirements (e.g. single contract, single award IDIQ, multiple award IDIQ, SEAPORT, GSA Federal Supply Schedules, etc). Responses shall not exceed five (5) pages in total. Please submit responses to Ernest Caldwell at Ernest.Caldwell@dtra.mil, no later than April 06, 2009 at 1100 hours Eastern Time. DTRA will provide additional information and release draft documents as they become available. DTRA will not entertain ‘one on one’ meetings or questions via phone at this time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=246899ccf75853b6ebc0834a6a1d44bc&tab=core&_cview=1)
 
Place of Performance
Address: 8725 John J. Kingman Rd, FT Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN01777620-W 20090327/090325220337-246899ccf75853b6ebc0834a6a1d44bc (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  © 1994-2020, Loren Data Corp.