SOURCES SOUGHT
L -- Contractor Owned Contractor Operated (COCO) Distribution and Warehouse Services in Afghanistan
- Notice Date
- 3/9/2010
- 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
- SP3300-10-SS-0007
- 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 The Defense Logistics Agency (DLA) Defense Distribution Center (DDC) is issuing this Sources Sought Announcement for planning purposes only. The purpose of this Source Sought (SS) is to determine if there are commercial sources capable of providing, maintaining and operating a Contractor-Owned/Contractor Operated (COCO) distribution and warehousing facilities in the vicinity of Bagram, Kandahar, Kabul, or other locations in Afghanistan which will operate 24 hours a day, 7 days a week. General scope of this requirement is to provide information on: (A) indoor and outdoor storage space; (B) security; (C) information technology infrastructure (cabling and power) and telecommunications; (D) operations - receipt, store, maintain inventory, issue, trans-ship/cross-dock, package, and perform special projects for an estimated 4,000-5,000 different items/SKUs, provide multi-modal transportation of material within Afghanistan. Instructions to Interested Parties: The response to the sources sought will be in two phases: Phase One – Due by 12 P.M. EST March 17, 2010. Interested parties will provide the following: 1) Brief overview of your company’s capabilities and past distribution experience 2) Demonstrate your current or future ability to obtain facilities, security, transportation, workforce, and support equipment. Phase Two - Due by 12 P.M. EST March 29, 2010. Interested parties are requested to provide their Capabilities Statement to perform each of the lettered and numbered requirements detailed in Section A (Indoor/Outdoor Space), Section B (Security), Section C (Information Technology) and Section D (Operations), as well as providing the requested information in Section E (Interested Party Information). The Capabilities Statement shall address each of the lettered and numbered requirements in the same order they are listed in this Sources Sought Notice so that the Government can establish that the interested party is capable of meeting all of the requirements. A.INDOOR/OUTDOOR SPACE 1.The Government’s requirement for space includes indoor and outdoor storage space. The capability statement shall include: a.The current available indoor and outdoor gross square feet. b.Potential to provide a minimum 200,000 indoor gross square feet and 800,000 square feet of outdoor storage space. 2.Interested parties’ capability statement shall address the following: a.Location(s) in Afghanistan, street address, and GPS coordinates of the proposed warehousing, distribution and multi-modal transportation space (both indoor and outdoor space). b.Adherence to all host nation laws, regulations, building codes, and sponsorships. c.Utility services, consisting of water, sewage, and electric. d.Building floor plans, blueprints, site plans for open storage areas, and an overview site plot reflecting where all areas are located. Additionally color photos of both indoor and outdoor space shall be provided. i.Capabilities of available space should address: a)The amount of indoor square footage and number of buildings (to include square foot per building) b)Of the indoor square footage, number of buildings that are adjacent to one another, or in close proximity. c)Total square footage of outdoor storage space d)Of this outdoor storage square footage, amount that is adjacent to the indoor square footage. e)Perimeter fencing and proper security to enable around the clock operations. ii.Square footage for indoor storage space that can be configured for hazardous, secure, rack, bin, bulk and open storage. In addressing the indoor space capabilities, interested parties shall discuss the amount of space, or a timeline to achieve space that: a)Has clear stacking height in the storage areas. b)Has office space, life support and security for 3-5 U.S. Government management personnel and whether that office space is secure. c)Has electrical system capable of supporting normal building functions as well as sufficient capacity to support heavy load auxiliary equipment. d)Has back-up generator availability to provide power for basic operations in the event of a commercial power failure. Generator capable of providing power for critical building systems such as security systems, lights, battery chargers, telephone and IT operations to include server rooms. iii.In addressing the outdoor space capabilities, interested parties shall discuss the availability of space, or a timeline to achieve space that: a)Accommodates static loads of potential weights up to 120,000 pounds. b) Has a surface that accommodates forklift, truck and trailer, tug, and various other vehicular traffic, regardless of environmental and weather conditions. c)Has an overhead structure. If so, identify the dimensions and design of the overhead structure(s). B.SECURITY 1.Interested parties’ capability statement shall address the ability to comply with all DoD mandated security requirements to include USCENTCOM Operations Order 05-02 (Antiterrorism Guidance), DoD O-2000.12-H (DoD Antiterrorism Handbook) as well as DLAI 5710.1 – Physical Security Program, and DLAR 4145.11. Interested parties’ capability to provide security for materiel, equipment, and personnel. Additionally, capability to provide security for multi-modal transportation. C. INFORMATION TECHNOLOGY 1.To accomplish distribution operations within DLA, the Government uses a Government-owned standard automated information system called the Distribution Standard System (DSS). The DSS is an interactive application that provides complete management and operational support to distribution operations (warehousing and transportation). DSS meets the requirements of DISA Security Technical Guidelines (STIG), DoD 8500.1, DoD 8500.2 and DoD 5200.2-R. 2.In addressing the IT capabilities, interested parties shall address the capability to install power and cabling to support the installation of DSS, to include: a.Fiber optic connectivity from the local commercial communications central office to support all site telecommunications service and equipment b.Single-mode fiber optic ring configuration between buildings for network backbone outside plant (OSP) cabling. c.Category 6 inside plant (ISP) LAN cabling supporting end user devices and RF access point locations. Note: Government IT personnel will install and maintain IT Network and End-User Equipment. 3. The Government will consider the use of a commercial Warehouse and Transportation Management System. If a commercial Warehouse and Transportation Management System is offered, the interested parties shall address, or a timeline to achieve, the following: a.How the IT Network infrastructure (WAN/LAN) and End-User hardware equipment (computers, printers, radio frequency devices, etc.) are configured, sustained and maintained. b.The degree of integration of the Warehouse and Transportation Management System. c.A detailed overview of the commercial Warehouse and Transportation Management System to include architecture, data structure, external data feeds, and specification or diagram that describes and highlights the capability of the commercial Warehouse and Transportation Management System to include the following: i.Warehouse and Transportation Management System functions of: a)Receipt / Stow / Issue / Pack / Consolidation / Transportation b)Inventory / Item Data Management c)Care of Supplies in Storage / Shelf Life Management d)Preservation, Packaging, Packing and Marking e)Management Reports ii.Interface with DoD MILSTRIP/MILSTRAP or DLMS X-12 equivalent for a variety of distribution functions and Defense Automatic Addressing System (DAAS) D. OPERATIONS 1.Interested parties’ shall discuss the ability to meet or a timeline to: a.Provide all Material Handling Equipment (forklifts, pallet jacks, container handlers, etc.) b.Provide multi-modal transportation services to deliver material within the borders of Afghanistan. c.Build Air Line of Communications (463L) pallets and stuff containers. d.Ship hazardous and non hazardous material in accordance with DoD regulations and applicable federal, local and international laws and regulations. e.Provide licensed/certified Equipment Operators and a labor force capable of offloading, receiving, inspecting, storing, packing, packaging, issuing, cross docking and transporting materiel. f.If using Third Country Nationals (TCNs) and expatriates, explain how the Interested Party will ensure compliance with all country labor laws 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. g.Provide an experienced English speaking distribution management team. h.Provide the minimum timeline to begin operations after authority to proceed to include a workforce hiring plan, conforming storage space, transportation of materiel, loading and unloading operations, and storage and issue of materiel. E. INTERESTED PARTY INFORMATION 1.Interested parties responding to this notice should provide the following: a.The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC’s name, phone number and e-mail address b.Whether the Party 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, or is a foreign entity. c.Whether the Party is, or is not, registered in the Central Contractor Registration (CCR). d.Whether the Party does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency (DCAA). 2.The DDC will review all Capabilities Statements received. At the discretion of the DDC, interested parties may be contacted to arrange for a site visit and interview to validate the information contained in their Capabilities Statement. The DDC representative could request the following information be made available to review at the site visit: a.Information describing hazardous substance sources, migration pathways, and human and environmental receptors b.Data relating to the varieties and quantities of any hazardous substances which may have been stored, used, released, or disposed on site c.Records of disposal practices and operating procedures at the site in order to identify locations of hazardous substances on site, hazardous waste haulers and generators d.Historic aerial photography for the proposed site to determine past practices which may have caused hazardous substance releases e.Information which will allow definition of the condition of real property. 3.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 the contractor 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 Phase 1 response either by mail or email no later than 12 P.M. EST, March 17, 2010. Please provide Phase 2 capability statements either by mail or email no later than 12 P.M. EST, March 29, 2010. For additional information or questions, contact the Contract Specialist, Tom Semones. Mail to:Defense Distribution Center Tom Semones, Acquisitions Operations (DDC-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/SP3300-10-SS-0007/listing.html)
- Record
- SN02086454-W 20100311/100309234503-5b869517c868e67329ea0cef234eaedb (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 |