Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2009 FBO #2897
SOURCES SOUGHT

R -- Transportation, Storage, Management, and Disposition of Seized Property - Attachment A - Draft SOW - Attachment B- Workload Summary

Notice Date
10/28/2009
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA09S000067-1
 
Point of Contact
Tabitha Wheeler, Phone: 202 648 7528
 
E-Mail Address
tabitha.wheeler@atf.gov
(tabitha.wheeler@atf.gov)
 
Small Business Set-Aside
N/A
 
Description
Workload Summary Draft SOW Classification Code: R - Professional, administrative, and management support services NAICS Code: 493 -- Warehousing and Storage/493110 -- General Warehousing and Storage Added: (Posted: September 20,2009@5:18 am) Pre Solicitation Number: DJA09S000067 Agency: Department of Justice Office: Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) Location: Logistics Acquisitions Division Notice Type: Sources Sought Classification Code: R - Professional, administrative, and management support services NAICS Codes: Warehousing/Storage - General (493110), Refrigerated Warehousing (493120), and Auctioning (561990), General Freight Trucking, Local (484110), General Freight Trucking, Long-Distance Truckload (484121) Synopsis: Summary: This Request for Information (RFI) is issued in support of the anticipated acquisition of services necessary to receive, transport, store, and dispose of general property, including alcohol, ammunition, explosives, tobacco products, and firearms, in support of its seizure and forfeiture program. These services will also be provided in support of the Food and Drug Administration (FDA) Office of the Inspector General (OIG). For the FDA, property to be stored includes pharmaceutical products, over the counter products, and food products. The purpose of this request for information is to determine the acquisition strategy regarding small business participation. The Government contemplates the issuance of a single award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Subcontracting Plans will be required in accordance with the Federal Acquisition Regulation Subpart 19.7 - The Small Business Subcontracting Program. The Government encourages teaming with small business subcontractors. Through this synopsis, ATF is requesting the capabilities and past performance of small business contractors interested in providing these services. Interested small business contractors including small disadvantaged business, women-owned small businesses, 8(a)s, HUBZones, veteran-owned small businesses, and service disabled veteran-owned small businesses are encouraged to respond. Background: The Draft SOW for this requirement is at Attachment A. This request for information is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this synopsis. Instructions for Small Businesses: Small business respondents should include the information required in items 1-3 below. Please submit response in Microsoft Word or PDF format. All information submitted should consist of UNCLASSIFIED material only. Any company proprietary information must be marked as such. Information should not exceed 10 one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Item 1. Company name, address, telephone number, a point of contact with e-mail address, and Data Universal Numbering System (DUNS) number. Indicate small business size status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business. Item 2. A summary of the company's past performance in providing services similar, in all 50 states and the District of Columbia, and U.S. territories, to those identified in the attached draft SOW during the past five years, including any on-going contracts. Include Contracting Activities/Agencies, contract numbers, contract value, contract period of performance, number of labor hours provided during the period of performance, whether your company served as a prime contractor or subcontractor, and a point of contact at the Contracting Activity who can verify the information you provided. Item 3. A description of how you would staff the positions identified in the Draft SOW with suitable, experienced, qualified, trained personnel. Include in your description whether you would staff these positions through current in house staff or through staff augmentation. If through staff augmentation, please provide specifics. In addition, identify how you plan to maintain adequate staffing levels and your plan for managing employee turnover. Identify your current facility clearance level and provide security levels of employees that would be used to staff the positions. All submissions should be e-mailed no later than November 12th, 2009 at 3:00 PM EST to Tabitha M. Wheeler, at tabitha.wheeler@atf.gov. Attachments: Attachment A - Draft Statement of Work Attachment B - Workload Summary Contracting Office Address 99 New York Avenue, NE 3rd Floor - Logistics Acquisitions Division Washington, DC 20226 Place of Performance: Work is required in all 50 states and the District of Columbia, as well as all U.S. territories. Points of Contact: James M. Huff, Contracting Officer Email: james.huff@atf.gov Phone: 202-648-9117 Fax: 202-648-9659
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA09S000067-1/listing.html)
 
Place of Performance
Address: Work is required in all 50 states and the District of Columbia, as well as all U.S. territories., United States
 
Record
SN01993744-W 20091030/091028235124-69fefefbc7777bbb99b2200e17a19092 (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.