Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2006 FBO #1511
SOURCES SOUGHT

99 -- FEMA LOGISTICS COMMODITY STORAGE AND SUPPORT SERVICES

Notice Date
1/13/2006
 
Notice Type
Sources Sought
 
NAICS
493120 — Refrigerated Warehousing and Storage
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Readiness, Response & IT Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
Reference-Number-HSFEHQ-06-R-COMMSTOR
 
Response Due
1/27/2006
 
Description
This requirement is for services for one year, plus four options of one year each, for a maximum period of performance of five years, starting on or after March 1, 2006. The NAICS code is 493120. This is not a Request for Proposal, but a survey to locate potential sources capable of performing commodity storage and support services during the specified timeframe. Minimum capabilities must include documented evidence of experience and expertise in all of the following areas: (1) Specialized, nationwide experience of firm and key personnel in project management support, i.e., maintaining information on the performance of tasks, including: compiling and maintaining data on assigned work; developing regular status reports for COTR; providing regular reports on the status of work-in-progress and projected completion schedule(s); monitoring quality assurance, configuration management and resources applied to completion of the task awarded; and providing in-progress reviews to COTR and government logistics management staff as required, which may include presentation materials that address the status of work, resources expended or committed, issues requiring resolution, and progress measured task performance plans. . (2) Demonstrated experience in the development of a National Logistics Management Plan, including: creation, storage, handling and transport of critical commodities; interlinked strategic global storage sites for the maintenance of year-round commodity inventories; interlinked tactical regional sites that can be brought on line as required to provide for the forward positioning of these inventories on a seasonal or threat basis; integrated logistics solutions combining federal, state, local and private sector resources components to meet the needs of the customer; integrated transportation planning that utilizes inter-modal capabilities for cost effective and efficient delivery of commodities when and where required. (3) Ability to provide warehousing and storage resources to support a national strategic commodity storage plan that utilizes facilities based on geographic location , storage capacity and availability of transportation resources to support the storage and handling of critical commodities in accordance with industry standards for commodities such as ice, water and food products, including (a) the capability to manage and support the daily receipt, handling, cross-docking, storage and shipment of a minimum of 50-trucks or 1000-pallets of commodities at each of the facilities selected for strategic storage or tactical pre-positioning/staging; and (b) the capability to support the unexpected, seasonal and sometimes extra-ordinary requirements of FEMA Logistics response operations anywhere in the continental United States. (4) Capability to provide integrated technological solutions for providing on-line, ?real-time,? visibility and access to product commodities stored at all facilities and in-transit visibility of product commodities being transported. Technology utilized should be compatible with emerging FEMA technological advances for establishing and maintaining total asset visibility and with existing industry technology for establishing and maintaining connectivity with carriers and in-transit transport resources. Capability to provide on-line reporting to capture and store inventory data for property management and inventory tracking and provide for the capture of all quality assurance data on product commodities stored at each facility. (5) Capability to provide a transportation system of long-haul and regional contract carriers to support pick-up, movement, cross-docking and delivery of response commodities. Capability must provide for guaranteed pick-up of product commodity within 24 hours after request. Capability must be expandable, i.e., providing for transport of 50 to 1000 trucks within a 24-72 hour timeframe. Capability must also support unexpected, seasonal and extra-ordinary requirements of FEMA Logistics response operations using an existing system of inter-modal transportation resources. This capability must be augmented through a network of pre-existing resources, such as leasing, and include an integrated transportation system providing point-to-point visibility of in-transit assets. (6) Capability to manage the documented destruction of damaged or contaminated product commodities in accordance with accepted industry practices and state statutes. (7) Demonstrated capacity to accomplish the efforts outlined in the above six requirements in the required time; and ability to direct, manage, and control the entire project. (8) Demonstrated past performance on contracts of comparable size with government agencies and private industry in terms of: (a) cost control; (b) quality of work; and (c) compliance with performance schedule. Submittals must include references: names, titles, affiliations, e-mail addresses, and phone numbers. Firms with these capabilities who are interested in performing the proposed effort are invited to submit one original and 4 copies of complete information to the procuring office identified in this notice within fifteen (15) calendar days from the date of this notice. Information furnished should include: (1) the number and professional qualifications of personnel to be assigned to the contract; (2) company experience related to the proposed project; (3) a description of general and special facilities; (4) a current financial statement, and (5) any other information that demonstrates the minimum capabilities listed above. This synopsis is for information and planning purposes and, the government will not pay or otherwise reimburse respondents for information submitted. Based upon responses received, the government reserves the right to set-aside any and all procurements that may result hereunder for small or minority-owned businesses. If the evaluation of responses received indicates that none of the responding firms has the necessary capabilities to meet the government?s requirement, the government may issue a sole source follow-on contract to the incumbent contractor, Americold Logistics LLC.
 
Place of Performance
Address: NATIONWIDE
 
Record
SN00966162-W 20060115/060113211701 (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.