Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

R -- Transportation, Storage, Management, Maintenance, and Disposal of Seized and Blocked Property and Conveyances - Pre-Solicitation Notice

Notice Date
7/17/2009
 
Notice Type
Presolicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
 
ZIP Code
20220
 
Solicitation Number
A-09-036
 
Point of Contact
Dwight Stephens, Phone: (202) 622-0632
 
E-Mail Address
dwight.stephens@do.treas.gov
(dwight.stephens@do.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation notice: Pre-Solicitation Notice: 99 - Miscellaneous July 17, 2009 Transportation, Storage, Management, Maintenance, and Disposal of Seized and Blocked Property and Conveyances Solicitation Number: A-09-036 Agency: Department of the Treasury Procurement Office: Departmental Offices, Procurement Services Division Procurement Location: 1425 New York Avenue, Washington, DC 20220 NAICS Classification Codes: Warehousing/Storage - General ( 493110), Refrigerated Warehousing (493120), Vehicle Storage (493190), Vehicle Transport (488410), Vessel Storage/Docking (488330), Aircraft Storage (488119), and Auctioning (561990) T he government is contemplating issuing a Request for Proposal (RFP) solicitation, with an anticipated release date of approximately September 8, 2009 and a closing date sixty (60) days after release of the RFP. If an RFP is released, then prior to the RFP closing date, the government will schedule and conduct site visits; provide for a question and answer period; and schedule and conduct a pre-proposal conference for all interested parties. If a contract is awarded as a result of such RFP, the award date is anticipated to be approximately 310 days after the Request for Proposal (RFP) release date. The actual dates of key milestones will be provided during the RFP solicitation phase. If a contract is awarded as a result of such RFP, the proposed contract period is anticipated to be ten (10) years and six (6) months, comprised of a six (6) month transition period, one (1) twelve (12) month base year, and nine (9) twelve (12) month option periods. Please note that if a RFP is released, t he government's decision to make a contract award from any such RFP will be contingent upon either the incumbent contractor's failure to earn an award term for the government's fiscal year 2011 under the existing contract (Contract Number TOS-06-052). Description: The Department of the Treasury, Departmental Offices, Procurement Services Division (DO/PSD), is contemplating issuing a RFP for long-term management of seized and forfeited property and blocked property. The prospective contractor(s) (hereinafter collectively referred to as "Contractor") shall provide for transportation, custody, storage management, records management, and disposition of seized, forfeited, or blocked property and conveyances (hereinafter referred to as "Seized Property"). The Contractor will also be required to promote the law enforcement goals of the Treasury's Executive Office of Asset Forfeiture (TEOAF), and the named federal agencies and offices supported by the contract. At present, the following list of nine (9) services represents the primary functional areas to be procured via the contemplated solicitation. •(1) Pre-Seizure and Consignment : The Contractor may be requested to provide pre-seizure mechanic-type services for conveyances. Based on historical observations, such services may consist of dropping and replacing gas tanks in vehicles; providing services to facilitate inspection to identify illegally built compartments; breakdown of tires; providing services for the movement of conveyances to x-ray facilities for the purpose of detecting controlled substances (drugs and narcotics); or moving conveyances to and from locations for inspection services. •(2) Consignment : The Contractor shall schedule pick-ups for and acceptance of Seized Property for transport, storage, and final disposition. •(3) Seized Property Transportation : The Contractor shall haul, truck, ship, or freight Seized Property to an approved secure storage location; and provide all necessary transport of Seized Property into and out of storage facilities as directed. •(4) Seized Property Storage : The Contractor shall: (a) containerize/wrap, store, inventory, maintain condition of, and protect Seized Property as directed; (b) e nsure that all Seized Property is effectively maintained with no deterioration or loss in value; and (c) p rovide appropriate storage facilities: dry, freezer, refrigerated, climate controlled, strong room, inside, and store Hazardous Material in accordance with applicable laws, rules and regulation for such materials. •(5) Seized Property Disposition : The Contractor shall: (a) provide for destruction of property (e.g., incineration, shredding, landfill, etc.); (b) schedule and conduct live and on-line auctions; (c) prepare remittance documentation; and (d) transfer services for Seized Property. The Contracor shall also e ffectively process the receipt, custody, and disposition of Seized Property and minimize costs associated with maintenance and disposition of Seized Property. This service includes transporting Seized Property in order to execute the Disposition Orders. •(6) Risk Management : The Contractor shall maintain and protect the condition of Seized Property to the level it was when seized and initiate loss prevention and access control at Seized Property storage locations. •(7) Automated Systems : The Contractor shall operate a Government-furnished Seized Property Management Information System and provide a contractor-furnished cost accounting and inventory control systems. •(8) Accounting and Financing : The Contractor shall (a) generate accurate comprehensive cost accounting data and reports, tracking all expenses incurred and revenues generated at the Seizure ID number level for regulatory reporting; and (b) maximize revenue for TEOAF and the federal government. •(9) Program Reviews : The Contractor shall perform quarterly incremental and an annual wall-to-wall Seized Property inventory and participate in annual audits of program expenses and allocations thereof to Seizure ID number level financial records. The Contractor(s) may be required to provide / propose lease agreements and centralized facilities for the contract Transition Period, Base Year, and Option Periods 1 and 2. The government anticipates that the US General Service Administration (GSA) will provide all needed storage space no later than the start of contract Option Period 3 through the remainder of the contract period of performance. However, the government will reserve the right to negotiate extensions of Contractor provided lease agreements and centralized facilities beyond contract Option Period 2. The Contractor will be given six (6) months notice of the government's intent to request an extension of such services. Any RFP or contract resulting from this notice will be used for property and conveyances seized by or forfeited to the Department of the Treasury (Internal Revenue Service) or the Department of Homeland Security (U.S. Customs and Border Protection; U.S. Immigration and Customs Enforcement; U.S. Secret Service; U.S. Coast Guard); or blocked property stored by the Department of the Treasury's Office of Foreign Asset Control. The Treasury's Executive Office of Asset Forfeiture (TEOAF) will serve as the contract technical manager for all work and services performed under any contract resulting from this notice. Place of Contract Performance: Generally, the scope of performance includes all 50 states, District of Columbia, and all U.S. Territories. More specifically, •1. For all Seized Property other than U.S. Customs and Border Protection vehicles valued at less than $10,000 performance shall be in ALL 50 states, District of Columbia, Puerto Rico, and all U.S. territories. •2. For U.S. Customs and Border Protection Seized Property that are vehicles valued less than $10,000 performance shall be in ALL 50 states, District of Columbia, Puerto Rico, and all U.S. territories EXCEPT California, Arizona, New Mexico, and Texas. Type of Competition and Eligibility: Any resultant solicitation from this notice will be an Unrestricted Full and Open Competition. A ll proposals will be considered. Contractors must be registered in the Central Contractors Registration (CCR) before contract award. S ubcontracting Plans will be required in accordance with the Federal Acquisition Regulation Subpart 19.7- The Small Business Subcontracting Program. The contemplated RFP will require the submission of a technical proposal (to include at the minimum: management and staffing plans, facilities, descriptions, technical approaches, subcontracting plans, risk management plans, and past performance) and a separate price proposal. Evaluation and award will be on a best value basis using a trade off approach considering cost or price and non-cost factors. The solicitation will be issued via www.fedbizopps.gov ; no paper copies will be mailed. Type of Contract: The Government contemplates the issuance of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with Fixed Price and various Cost Reimbursable (CPFF and CPAF) contract CLINs. It is anticipated that the transition and base year period will be an eighteen (18) month performance period task order and all option periods will be twelve (12) month performance task orders. Site Visits and Pre-Proposal Conference: The Government contemplates permitting prospective offerors an opportunity to participate in site visits of current contractor-operated centralized storage facilities where General Merchandise Seized Property is located in Dayton, NJ; and Riverside, CA, prior to a pre-proposal conference. The Government contemplates a pre-proposal conference where questions will be allowed regarding this requirement. The date and time of the site visits and pre-proposal conference will be announced during the Request for Proposal phase. There are no plans for site visits to the various local or specialized vendors for Seized Property. Solicitation Document: All information regarding this procurement, including any solicitation document and amendments, will only be made available electronically on the General Service Administration's Federal Business Opportunities web site, http://www.fedbizopps.gov. Hard copies of the solicitation itself will not be available. Interested parties should periodically check this Internet site for information regarding the schedule and this acquisition. Inquiries regarding this synopsis and any resulting RFP should be directed in writing to the designated Point of Contact (see below). Please submit all questions and responses by email, if possible. Pre-solicitation notice: This pre-solicitation notice is for notification purposes only. Do not submit any information in response to this pre-solicitation notice. Official questions will be taken after the solicitation has been posted on the www.fedbizopps.gov website. If a Request for Proposal document is issued, all responsible sources may submit a proposal and all proposals submitted shall be considered. Contracting Office Address: Department of the Treasury Departmental Offices, Procurement Services Division 1425 New York Avenue, NW, Washington, DC 20220 United States Primary Point of Contact: Dwight Stephens, Contracting Officer Department of the Treasury Departmental Offices, Procurement Services Division 1425 New York Avenue, NW, Washington, DC 20220 Phone number is (202) 622-0632 Fax Number (202) 622-2343 Email: dwight.stephens@do.treas.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/A-09-036 /listing.html)
 
Place of Performance
Address: Place of Contract Performance:, Generally, the scope of performance includes all 50 states, District of Columbia, and all U.S. Territories., More specifically, 1.For all Seized Property other than U.S. Customs and Border Protection vehicles valued at less than $10,000 performance shall be in ALL 50 states, District of Columbia, Puerto Rico, and all U.S. territories., 2.For U.S. Customs and Border Protection Seized Property that are vehicles valued less than $10,000 performance shall be in ALL 50 states, District of Columbia, Puerto Rico, and all U.S. territories EXCEPT California, Arizona, New Mexico, and Texas., United States
 
Record
SN01878963-W 20090719/090717235634-b12cc2c887b32b5da1c4bdcaee8e52fa (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.