SOURCES SOUGHT
R -- Mail Management, Warehousing, and Related Support Services - Draft Contract Sections
- Notice Date
- 7/17/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W., National Place Building, 10th Floor, Washington, District of Columbia, 20530
- ZIP Code
- 20530
- Solicitation Number
- DJJA-09-RFI-0592
- Archive Date
- 8/15/2009
- Point of Contact
- Miguel B. Shivers, Phone: 202-307-1970
- E-Mail Address
-
Miguel.B.Shivers@usdoj.gov
(Miguel.B.Shivers@usdoj.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Section J Draft Section C Draft Section B THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY! The Department of Justice is developing an acquisition strategy for a Mail Management, Warehousing, and Related (MMW&R) support services requirement which provides mail operations; distribution, copying, warehousing services to include moving and storage; as well as other general support services to the Offices, Boards, Divisions and Bureaus within the Department of Justice (Department or DOJ) and other Federal agencies nationwide. As part of this process, we are seeking information about small businesses that are capable of providing the services outlined in the attached draft Statement of Work (SOW). Please note that this is a market survey for informational purposes only and is not a Request for Proposals (RFP). No contract will be awarded based on this announcement and no reimbursement will be made for costs associated with responding to this announcement. All responses must be submitted via e-mail in accordance with the instructions that follow. The work outlined in the draft SOW covers the services such as primary mail sorting for all of DOJ mail in the Washington Metropolitan Area; opening, logging, processing and distributing incoming mail; maintaining a 24 hour per day, five day per week operation for warehousing functions and moving services; and providing general support services. It is worth noting that a significant portion of this requirement will be obtained under the Indefinite Delivery/Indefinite Quantity (IDIQ) administrative type contract. Many of the administrative, mail and warehousing functions are co-located and staffing for these services is intermingled. For example, the Facilities & Administrative Services Staff (FASS) uses staff from one function to substitute and replace staff under another function when requirements dictate the need. The contractor shall be responsible for mailroom operations, warehousing functions and general support services to include, but not limited to; 1. Material and equipment receiving, handling and storing; shipping; palletizing; and conducting inventories of various material, equipment and other products; 2. Dispatching, delivery, and pick-up of property both to and from DOJ Offices in the Washington, D.C. metropolitan area; 3. Providing the tools, equipment, labor and material necessary to successfully perform the warehousing and moving service functions; 4. Copying, reproduction and related services, as well as secretarial and related services. The contractor shall be responsible for providing and supervising sufficient qualified staff (estimated at 300 positions) to support the requirements within the SOW. Furthermore, of the estimated 300 positions, approximately 100 positions will require Top Secret clearances. Personnel must clear a background investigation consisting of a Minimal Background Investigation (MBI), credit check and fingerprints. The resulting contract will be available for use by all of DOJ and other Federal agencies but the primary focus will be on the DOJ and its Offices, Boards, Divisions and Bureaus. The resulting contract will include a combination of Firm Fixed Price (FFP) and Labor Hour (LH) contract pricing arrangement and includes both a Definite Quantity, Definite Delivery portion and an Indefinite Delivery, Indefinite Quantity (IDIQ) portion. The anticipated contract will include a Base Period and four (4) one year Option Periods. Additionally, the Contractor may earn up to two additional one year "Award Term" periods based on overall performance as measured by the Award Term Evaluation Plan (Section J, Attachment 13). The predominant place of performance is the Washington, DC Metropolitan area with some staffing to be provided in Quantico, VA. Responses to this announcement must provide detailed, concise information about the company's qualifications and experience in providing support services similar in size, scope and complexity, as identified in the attached draft statement of work within the past three (3) years. Project information shall include the contract number, dollar value, period of performance, current status, and current point of contact information including name, address, telephone number, and e-mail address. Of particular interest is a company's record of providing workers eligible to obtain a security clearance, and for this reason, the response must indicate for each project the highest clearance level required. Furthermore, submitted capabilities statements must address a company's past performance equivalent to the following tasks/requirements as identified in the attached draft statement of work: 1) Must have past performance experience equivalent to DOJ requirements, for mail screening and capability to process 7,000 pieces of daily incoming mail, personnel proposed must have a minimum of 40 hours of training on x-ray equipment. 2) Must have equivalent experience for sorting and delivering mail for multiple locations in a metropolitan area and nationwide, to include multiple sort schemes and vehicles. 3) Must have the ability to fill a minimum of ten (estimated) new or back-fill requirement/IDIQ positions per month for any categories available on the contract. 4) Must have the ability to back-fill hourly IDIQ positions when contractor personnel are on leave. 5) Must have a TS Facility Clearance or propose plan for sub-contractor with TS Facility Clearance to handle classified work. 6) Must have equivalent past performance experience in processing outgoing USPS mail and FedEx. 7) Must have equivalent past performance in moving and warehouse services, to include receiving, handling, and storing; shipping, palletizing; and conducting inventories of various material, equipment, and other products. Must also have the tools, equipment, labor and material necessary to successfully perform the warehousing and moving service functions. 8) Must have equivalent past performance for dispatching, delivery, and pick-up of property both to and from DOJ Offices in the DC area. 9) Must have the ability to provide minimum TS and Secret level clearance contractors for positions specified in C.12.6. of the attached draft statement of work. 10) Must have equivalent experience in using an electronic scanning process for incoming accountable mail and to provide reporting of mail stop activity. 11) Must have equivalent experience in providing copying, reproduction and related services, as well as secretarial and related services. 12) Describe your firm's quality assurance programs for all required services. 13) Describe your firm's ability or potential plan to staff the required key personnel as identified in the attached draft statement of work. The applicable North American Industry Classification System (NAICS) code is 561210, Facilities Support Services, with a size standard of $35.5 Million. In addition, the response must identify the small business size status (small, 8(a), small disadvantaged, HUBZone, service disabled, veteran owned, etc.) of the interested offeror and not exceed ten (10) pages. All responses must be submitted electronically to miguel.b.shivers@usdoj.gov and be received no later than July 31, 2009 at 12:00 p.m. Eastern Standard Time (EST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/JMD/PSS/DJJA-09-RFI-0592 /listing.html)
- Place of Performance
- Address: 20530 and various locations nationwide., Washington, District of Columbia, 20530, United States
- Zip Code: 20530
- Zip Code: 20530
- Record
- SN01879711-W 20090719/090718000826-a08b2752c3eeeba4c164b9b268de7884 (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 |