SOURCES SOUGHT
M -- Distribution and Warehouse Services in Afghanistan
- Notice Date
- 12/14/2009
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP330010SS0002
- Point of Contact
- Tom Semones, Phone: 7177706482
- E-Mail Address
-
thomas.semones@dla.mil
(thomas.semones@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought and Request for Information Government Owned/Contractor Operated (GOCO) DDC Requirements The Defense Logistics Agency (DLA) Defense Distribution Center (DDC) is issuing this Sources Sought Announcement for planning purposes only. The purpose of this announcement is to determine if there are commercial sources capable of providing distribution and warehousing services within a United States/International Security Assistance Force (US/ISAF) facility in the Kandahar Afghanistan region. The Government will provide all warehouse facilities, utility services, general supplies (including hazardous material), Information Technology (IT) Infrastructure including the Government Distribution Standard System (DSS), and open storage areas. The general scope of this potential requirement is: Operations - receipt, store, maintain inventory, issue, trans-ship/cross-dock, package, perform special projects for an estimated 400-4,000 different items/SKUs, local delivery of material within the installation; Perform maintenance and repair requirement on Government furnished (and/or Contractor furnished) material handling equipment; and, Provide a workforce to include a minimum timeline to complete hiring actions to begin operations. Instructions to Respondents: Respondents are requested to provide a Capabilities Statement that presents a brief overview of the respondent’s ability to perform each of the lettered and numbered requirements detailed in Section A (Operations) as well as providing the requested information in Section B (Business Information). The Capabilities Statement shall address each of the lettered and numbered requirements in the same order they are listed in this announcement so that the Government can establish what requirements the respondent is capable of meeting. Respondents that are not able to meet all requirements stated in this announcement are still encouraged to submit a capabilities statement detailing those requirements that can be met. A. OPERATIONS 1. Respondent’s shall discuss the ability to: a. Provide an experienced English speaking distribution management team; b. Provide licensed/certified Equipment Operators and a labor force capable of offloading, receiving, inspecting, storing, packing, packaging, issuing, cross docking and transporting materiel; c. Provide qualified equipment maintenance personnel to perform maintenance and repair of material handling equipment; d. Provide material handling equipment such as Rough Terrain Container Handlers; Forklifts with Work Platforms and Materiel Buckets; Forklifts; Skid Steers including Dozer Blades, General Purpose Buckets; Utility Broom, Vibratory Drum, Grapple Buckets, Backhoes; Yard Mules; Truck Tractors; Pickup Trucks; Pallet Trucks; Platform Trucks; e. Provide transportation services to deliver material within the installation compound. f. Build Air Line of Communications (463L) pallets and stuff containers; g. Distribute (pick, pack, transship, certify, and prepare for shipment) hazardous and non hazardous material in accordance with DoD regulations and applicable federal, local and international laws and regulations; h. If using Third Country Nationals (TCNs) and ex-patriots, explain how the Interested Party will ensure compliance with all country labor laws (including but not limited to USCENTCOM, Multi-National Force and Multi-National Corps fragmentary orders, instructions and directives) and obtain clearances to allow a portion of the workforce the ability to use IT systems containing US Government data, which is only in the English language; and i. Provide the minimum timeline to begin operations after authority to proceed to hiring a workforce to be on-site. This includes but not limited to the following: i. Completing security and background checks. ii. Ensuring personnel are medically and physically fit and have received all required vaccinations. iii. Ensuring personnel have all necessary passports, visas, entry permits to enter and exit Afghanistan. B. BUSINESS INFORMATION 1. Businesses responding to this notice should provide the following: a. The primary Point of Contact to discuss the Capabilities Statement, including the POC’s name, phone number and e-mail address; b. Whether the business is, or is not, a small business concern, a service-disabled veteran owned small business, or a HUB Zone business concern as defined in FAR 52.219-1 for NAICS Code 493110; c. Whether the business is, or is not, registered in the Central Contractor Registration; and d. Whether the business does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency for determining costs applicable to a US Government Cost Type contract. The DDC will review all Capabilities Statements received. At the discretion of the DDC, respondents may be contacted to arrange for an interview to validate the information contained in the Capabilities Statement. This is a Sources Sought Announcement to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT REQUEST. The Government will not reimburse respondents for any costs associated with preparing or submitting a response to this notice. No telephone calls will be accepted requesting a bid package or solicitation. Please provide capability statements either by mail or email no later than 12 P.M. EST, January 5, 2010 to the contract specialist, Thomas Semones. Mail to:Defense Distribution Center Thomas Semones, Acquisitions Operations (DDC J7-AB) J Avenue, Building 404 New Cumberland, PA 17070 Email to:Thomas.Semones@dla.mil Phone:(717) 770-6482
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330010SS0002/listing.html)
- Record
- SN02023193-W 20091216/091214234546-1bb0f6cd98a0810280d4172b752d62ee (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 |