SOURCES SOUGHT
S -- Storage of Privately Owned Vehicles (POVs) in the 48 contiguous states to include Alaska and Hawaii.
- Notice Date
- 8/28/2007
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J07RPOVS
- Response Due
- 9/7/2007
- Archive Date
- 11/6/2007
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. This Request for Information (RFI) is issued for informational and planning purposes only. All responsible sources, including small businesses, are encouraged to respond to this RFI. The set-aside is to be deter mined based upon the information received, if any. The U.S. Army Contracting Agency (ACA), Southern Region Contracting Center-West (SRCC-W) is conducting market research and desires input from industry to assist in requirements planning. The information requested by this synopsis will be used within the Army to facilitate the decision making process and will not be disclosed outside of the agency. Please note: The Army will not be responsible for any cost incurred by interested parties in responding to t his RFI. The Installation Management Command (IMCOM) is interested in establishing a common (U.S. Army) level of services and facility standards necessary to preserve and return POVs to their owner following extended storage and the identification of capa ble sources to provide Privately Owned Vehicle (POV) enclosed storage services at contractor facilities near the designated locations in Attachment 2. The contractor is responsible for POV in-processing, storage, security, maintenance, out-processing and liability claims. POV Vehicle Processing Centers (VPCs), which include in-processing and out-processing of POVs, will not exceed a 50 mile radius from each designated Power Projection Platform (P3) or Quality of Life (QoL) site in the Continental United S tates (CONUS) to include Alaska and Hawaii as identified in Attachment 2. The distance between the physical storage site and the contractors VPC is unrestricted, but must be able to meet the POV delivery and out-processing time as requested by the indivi dual Installation Transportation Officer (ITO) of each assigned P3 or QoL site (i.e. 6 hours, 24 hours, 72 hours, etc.). The ITO for each P3 or QoL site will coordinate with service members and contractors for in-processing and out-processing of POVs. The attachments for this RFI can be found at: https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitaionnbr=W9124J07RPOVS The Government requests interested parties submit completed Attachment 1 (Market Research Questionnaire), Attachment 2 (Capability Information), and Attachment 3 (Past Performance History) by email to SRCC-W-RFP@us.army.mil, with a subject line of POV St orage RFI W9124J07RPOVS by 4:00 p.m. central daylight time, September 7, 2007.
- Place of Performance
- Address: ACA, Southern Region Contracting Center - West 2107 17th Street, Bldg 4197, Suite 15 Fort Sam Houston TX
- Zip Code: 78234
- Country: US
- Zip Code: 78234
- Record
- SN01387747-W 20070830/070828221932 (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 |