Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

V -- REQUEST FOR INFORMATION - NON TEMPORARY STORAGE

Notice Date
5/11/2010
 
Notice Type
Presolicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-NTS
 
Response Due
5/28/2010
 
Archive Date
7/27/2010
 
Point of Contact
Dominic Curcuru, 6182205279
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(dominic.curcuru@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Military Surface Deployment and Distribution Command (SDDC) is issuing this Request for Information (RFI) for Non Temporary Storage (NTS) services (i.e. storage greater than 6mths) of Household Goods and Unaccompanied Baggage (HHG/UB). This is an RFI only and does not constitute a request for a proposal nor commit the Government to make purchase of any supplies or services now or in the future. The information sought and provided will be used for planning purposes only (FAR 52.215-3). In addition, all documentation or information marked proprietary will be handled in accordance with applicable Government regulations. Please be advised that all submissions become property of the Government and will not be returned. SDDC will not be held responsible for any costs incurred by interested parties in responding to this RFI. PURPOSE: Based on the length of deployment of our Service members, identifying the commercial processes for receipt, storage and delivery of HHG/UB is needed. SDDC seeks from the commercial marketplace best commercial practices associated with NTS. INFORMATION REQUESTED: This RFI is open to all business concerns that are qualified under North American Industry Class System (NAICS) codes 484210 (those that include long term storage), 493110 and 493190. All interested sources are requested to provide answers the following: I. General Information A. Company 1. Name and address to include point of contact (phone number & email address). 2. Business size - Large or Small 3. If Small Business identify status (e.g. women owned, veteran, HUB Zone or 8(a)) 4. Commercial and Entity Code (CAGE) 5. Dun and Bradstreet Number (DUNS) 6. Tax Identification Number (TIN) B. Background 1. Does company have an approved government or commercially certified accounting system? 2. Have you performed as a prime or sub under a Government contract? 3. Are company employees under a collective bargaining agreement? 4. Possess knowledge of the Service Contract Act? 5. Possess knowledge of DoD transportation, travel, and property regulations (e.g. DTR, JTR, FTR PPCIG? 6. As a large business, do you have a small business plan? 7. As a small business, are you registered and certified by the SBA? II. Commercial Services Commercial Services are defined as services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks or outcomes to be achieved under commercial terms and conditions. A. Applicability 1. What percentage of company business is commercial and/or government? 2. Are company rates published and fully burdened? 3. Do discounts exist and under what terms are they applied? 4. Does the company utilize subcontractors for drayage and/or storage? 5. Are triple net (NNN) costs factored into the commercial rate(s)? B. Structure 1. Does the company own or lease warehouse facilities? 2. How is available storage space determined? 3. What Federal/State/Local certifications are required for operations? 4. Who pays for fumigation and facility improvements? C. Operational 1. Describe how cargo movement (inbound /outbound) is priced? 2. Describe how NTS is priced (container, sq/cubic ft, lbs, other?) 3. Identify any other storage activity that may be priced and its methodology. 4. Describe the companys inspection/acceptance process. 5. What type of locator system is used by the company? 6. Describe the companys quality control program. III. Non Temporary Storage Respondents are requested to answer the following questions based on any assumption, thought or remarks deemed necessary to provide a detailed response: A. 7.5M lbs of crated HHG/UB, each with an individual weight of 1000-1200 lbs and size of 42 (W)x 96 (L) x 84 (H) will be received at Port Arthur. Tare weight (or average weight) of each type crate is 250 lbs. The Government seeks services for receipt, storage and delivery of NTS and notes your company advertises 100,000 sq/ft of available space within 15 miles from the Port. Given this information how would your company answer the following: 1. Describe handling process upon receipt of HHG/UB at the port. 2. How would available storage space be determined given the information above? 3. Describe how NTS would be priced. B. At the storage facility, closer inspection shows a number of crates are damaged: 1. Describe the companys process when damage is discovered. 2. What type of repair services are offered by the company? 3. Is repair pricing published or negotiated on a case-by-case basis? C. Personnel will begin to drawdown their HHG/UB over the next 36 months. 1. What is the process for managing out-bound HHG/UB? 2. What pricing approach would be used to price the NTS drawdown? FORMAT: The format for submittal of your RFI is as follows: 1) Pages shall be numbered and have the following characteristics: 8-1/2 x 11 format, single sided, double-spaced, one inch margins, font size 12. 2) Title page (limited to one page only) shall be clearly labeled RESPONSE TO REQUEST FOR INFORMATION. It shall include the date of submission, RFI response title, and respondents administrative and technical points of contact along with telephone and facsimile numbers, electronic mail address, and shall be signed by an authorized officer. 3) Excluding title page and table of contents (optional), the RFI response is limited to twenty (20) pages maximum. Pages included over the allowable maximum may not be reviewed. RESPONSE REVIEW: Information submitted in response to this RFI will be used for Government planning purposes only. Any information deemed proprietary must be clearly marked. Response to this RFI or lack thereof does not constitute any obligation on the Government to pursue a follow-on effort, in part or whole, with specific vendors or otherwise. RFI preparation costs will not be paid by the Government. SUBMISSION OF INFORMATION: Responses to this RFI may be submitted by hard copy or email to Dominic Curcuru @ dominic.curcuru@us.army.mil not later than 12:00 pm (CDT) on 28 May 2010. Please do not cut and paste your responses into this RFI. Remit any and all responses as a separate document. Any questions regarding this RFI may be directed to the email address above. Please note that the Government reserves the right to only answer questions on a direct basis with the inquiring source. Mail To: Military Surface Deployment and Distribution Command ATTN: AMSSD-AQA (Dominic Curcuru) Bldg 1990-Room 219W 709 Ward Drive Scott AFB IL 62225-5307
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75bb79a48a20a341a5b0eacfb286b74b)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) 709 Ward Drive - Bldg 1990 Scott AFB IL
Zip Code: 62225-5307
 
Record
SN02146165-W 20100513/100511234913-75bb79a48a20a341a5b0eacfb286b74b (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.