Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2007 FBO #2197
SOURCES SOUGHT

M -- Sources Sought - DRMS Controlled Property Center

Notice Date
11/30/2007
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49037-3092, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-CPC-0001
 
Response Due
12/19/2007
 
Archive Date
1/5/2008
 
Point of Contact
Debra Ordiway, Contract Specialist, Phone 269-961-7106, Fax 269-961-4474, - Bernie Solovey, Contracting Officer, Phone 269-961-4246, Fax 269-961-4474
 
E-Mail Address
debra.ordiway@dla.mil, Bernie.Solovey@dla.mil
 
Description
This sources sought is for information and planning purposes only. This notice is not a Request for Proposal, Request for Quote, or Request for Bid. It is a market research tool to gain knowledge of potential qualified commercial or Government sources which will be used for planning purposes and to determine potential sources prior to determining any method of acquisition and issuance of any Request for Proposal/Quote/Bid. It is not to be construed as a commitment by the Government. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. There is no commitment by the Government to issue a solicitation or award as a result of this notice. Contractors are responsible for all costs for submitting their capability packages. This request for information is to identify capable sources to perform this summary of tasks: Unload inbound shipments of personal property. Receive personal property in to the DRMS property accounting system. Store personal property in an established location system and update property records. Breakdown property batch lots to determine National Stock Numbers (NSNs), if available. Verify identification of item if they do not match the NSN. Verify count and condition of personal property and create a listing of NSNs for each batch lot; run NSNs through the DRMS Controlled Property research tool and provide results to DRMS verifier. Restricted property items shall be removed and questionable property items set aside for DRMS guidance. Display property for DRMS verification. After DRMS verification, return approved items to original container and seal. Relocate sealed container to designated storage sales area. Update property accountability records (new location, adjusted quantity). Perform rework under certain conditions. Out load personal property to DRMS sales partner when shipping document is received. Update property accountability records. Sign batch lot certifications (certifying work). Rejected personal property will be disposed of in accordance with DRMS direction and property records updated (scrap, demanufacture, Hazardous etc). Out load rejected property and update property accountability record. DLA system security clearances are required for use of DRMS systems. Adherence to the following regulations is a requirement: Defense Personal Property regulations and appropriate safety and health regulations in addition to local host security and safety regulations. Licensed forklift operators required. Operation of the following equipment is required forklifts, pallet tippers, shrink wrap machines, scales, strapping machines, and ADPE equipment. Four operations centers are across CONUS (Stockton, CA; Columbus, OH; Huntsville, AL; and Norfolk, VA. Location of operations throughout CONUS may change with mission requirements. The North American Industry Classification System (NAICS) code is 493110 with a size standard of $23.5M. Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/tableofsize/index.html. Firms responding to this sources sought notice must (1) state whether they are a small or large business based on size standard above; (2) indicate all of the following small business status category that applies: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI); (3) provide past performance and any business experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of technical contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) provide any other pertinent information which would enable the Government to assess a firm's capabilities. Capability statements should be clear, concise, and complete. Capability statements should be between 5 and 10 pages. Ten pages being the maximum. (5) Identify any major risks anticipated. (6) Provide your company information (name, address, telephone information, FAX number, point of contact(s), and email address. (7) Provide whether your firm is capable of performing across CONUS or identify specific geographic location of capable performance. After review of the responses to this sources sought request and if the Government still plans to proceed with the acquisition, a solicitation announcement will be publicized in the FedBizOps. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. If the requirement is solicitated, a firm-fixed price contract is anticipated. The anticipated period of performance will be a 12-month base period with two 12-month option periods. No solicitation mailing list will be compiled. Response must be received via email by this office at or before 12:00 noon December 19, 2007, POC is Debra Ordiway, Contract Specialist at debra.ordiway@dla.mil
 
Record
SN01460815-W 20071202/071201073853 (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.