SOLICITATION NOTICE
M -- Off-Site Warehousing for Army Training Support Center, Ft. Eustis, VA
- Notice Date
- 1/6/2010
- Notice Type
- Presolicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S001062010
- Response Due
- 1/21/2010
- Archive Date
- 3/22/2010
- Point of Contact
- Katie Riddick, 757-878-3166
- E-Mail Address
-
Fort Eustis Contracting Center (W911S0)
(katie.riddick@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Army Training Support Center (ATSC) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY and is solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. This announcement is published for the sole purpose of Market Research to identify sources that can provide a facility with the capabilities identified in this announcement. The Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. The Government is interested in gathering cost information from Industry on what businesses and facilities are currently available with the capabilities identified above in the Description and Background of this requirement. Additionally, information should address any details on facility requirements and capabilities, costs, normal or specialized hardware and/or software requirements, compatibilities issues, etc. The information should be sent to MICC-Eustis by COB on 21 January 2010. The Storage and Distribution function of ATSC performs the overall mission of receiving, storing, and distribution of materials used to train, test and/or certify completion of training for customers worldwide. Distribution is to all military components and civilians of the Department of Defense (DOD), authorized foreign military and civilians and other addressees as required. Programs supported include: Initial Entry Training (IET) Soldier Handbook, distributed Learning / Army Correspondence Course Program (dL/ACCP), Total Army Training System (TATS), Graphic Training Aids (GTA), Defense Threat Reduction Agency (DTRA), and all other training, information, and training support publications or literature published/distributed by ATSC. These publications or products include, but are not limited to, letters of instruction, other training information, and materials. Training material is distributed both on a scheduled and unscheduled basis. Workload changes for all programs will occur throughout the life of the contract. Contributing factors for change may be due to mission changes, addition or deletion of interactive and/or online products, digitization of paper products to CD-ROM, DVD, or web based products, consolidation of course/phase materials and/or prepackaging and shipping of materials by the printer. Vendors are being sought that have the capability to operate a Storage and Distribution Center located in the Hampton Roads Area. Work is to be performed off-site within 25 miles of Fort Eustis, VA. Estimated storage requirement is approximately 49,000 sq. ft. The number of boxes shipped from the Support Directorate is approximately 25,000 per year, not including the metered mail. The building must be climate controlled and include electricity and amenities including air conditioning, electricity, heating, water fountains and restrooms and will include bin/bulk storage for dL/ACCP, DTRA, TATS, IET and GTA products, a mail processing area, and a loading dock. Office spaces and phone line equipment will be provided by contractor. Inventory software will be provided by the government. All other software and hardware including rate shopping/shipping will be provided by the contractor. All products must be protected from the elements and stored in an orderly manner. The facility must be opened for normal operating hours (7:30 a.m. to 4:15 p.m. Monday through Friday, except for legal public holidays). During mobilization periods the facility may be required during other hours. The contractors will be required to meet the security requirements for a government system. All vendors shall be responsible for: maintaining all functional files related to the requirements of this contract IAW AR 25 400 2 The Army Records Information Management System (ARIMS) and shall make all such files available for review by any agency or individual authorized access by the COR and transferring files upon completion of the retention period or upon request from the Government. The contractor shall: pick up and/or deliver all instructional training materials from: "DAPS BLDG 655 - Completed printed materials "TSAPD, BLDG 3306, Rm 6 - Print Orders and instructional training materials "Bldg 3306, Rm 10 Daily cycle (dL/ACCP) courseware and adjunctive materials The contractor shall be responsible for: warehousing, processing metered mail, loading into USPS, UPS, FEDEX or commercial trucks; performing 100% inventory; assembling and delivering sample ; storing; operation of bulk and bin storage facilities; stocking ; prepacking, storing and shipping training materials; entering receiving data within 8 working hours of receipt; inserting new or revised Soldier/student instruction handouts/inserts with correlation instructions into the appropriate courseware packages; stop shipping; disposing of materials as directed by the Government; and shredding and disposing of sensitive materials. Interested parties are requested to respond to this RFI with a white paper using Microsoft Word for Office 2007 compatible format due no later than 21 January 2010, 02:00 EST. Responses shall be limited to 10 pages and submitted via e-mail only to katie.riddick@us.army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. The white paper shall provide name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact; recommended contracting strategy; business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) and the facility security clearance of the offeror. The North American Industry Classification System (NAICS) code 493110, General Warehousing and Storage is applicable with a size standard of $25.5 million. Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist at katie.riddick@us.army.mil. Verbal questions will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5904d3ec34d70af7cfbff06e05e68575)
- Place of Performance
- Address: Fort Eustis Contracting Center (W911S0) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02036694-W 20100108/100107001037-5904d3ec34d70af7cfbff06e05e68575 (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 |