Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2015 FBO #5132
MODIFICATION

Z -- Seized Vehicles Industry Day

Notice Date
12/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSBP10-15-RFI-SV16
 
Point of Contact
milton v slade,
 
E-Mail Address
milton.v.slade@cbp.dhs.gov
(milton.v.slade@cbp.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Please see Industry Day notice as it pertains to this RFI below: REQUEST FOR INFORMATION (RFI) THIS IS A SOURCES SOUGHT NOTICE AND NOT A SOLICIATION ANNOUNCEMENT. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED THROUGH THIS SYNOPSIS U.S. Customs Border and Protection (CBP) is issuing a Sources Sought Notice as means of conducting market research only to identify parties having interest and resources to support this requirement. The information gained will be used for preliminary planning and to determine the availability of qualified contractors to perform these services (to include certified Small Businesses, Small Disadvantaged Businesses, which includes Women-Owned, U.S. Small Business Administration (SBA) Section 8(a) Small Businesses, SBA certified HUBZone Small Businesses and Service-Disabled Veteran-Owned Small Businesses. The information received will be used by CBP to facilitate the decision-making process and will not be disclosed outside of the agency. If a solicitation is issued subsequent to this notice, information received from respondents will aid in the decision of whether to issue a solicitation as a competitive set-aside for qualified Small Businesses, Vendors with GSA Schedules or whether to issue the requirement as unrestricted full and open competition. The Government assumes no financial responsibility for cost incurred with providing information in response to this announcement or any follow-up information requests. This Notice does not constitute a Request for Proposals (RFP) and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results regarding the market research survey. This Notice is to gauge the availability vendors that are capable and interested in satisfying the Government's requirement for management, disposition and sale of seized and forfeited vehicles. The U.S. Customs and Border Protection (CBP), Office of Seized and Forfeited Property Center (SFPC) requires information per FAR 15.201, on support services to accomplish a, firm-fixed price acquisition for the SFPC. CBP, Office of Administration, Asset and Administrative Management Division, SFPC, is the administrator in securing vehicle conveyance management and disposition to support the seizures and forfeiture program for CBP for the four southwest border states of Texas, Arizona, New Mexico, and California (e.g., McAllen, Laredo, Del Rio, El Paso, Tucson, Yuma, Nogales, Santa Teresa, El Centro, San Diego). Each year CBP seizes approximately 8,500 vehicles, valued at $10,000 or less, along the Southwest Border States of Arizona, California, New Mexico, and Texas. Once the vehicles are seized, they must be maintained and stored until final disposition. CBP has limited storage space available; therefore, one of the critical requirements is to facilitate the immediate pick-up of seized and forfeited vehicles. CBP requires a contractor to provide various acquisition support services. This Request for Information is to find out if there are any vendors interested in performing these specific services which include planning, coordinating, document development, proposal evaluation support, and other related tasks. The information provided should include innovative, efficient processes to fulfill the requirements of the Statement of Work at the lowest possible cost to the Government (review enclosed SOW). Specific information to include in a response to this RFI: a proposed fixed price schedule for required contract line items, a vision for the optimal number of call centers and site locations, proposed invoicing structure (aligned with fixed contract line items, and an indication of interest in participating is a pre-solicitation an Industry Day. In addition the response shall include the following: Information to be provided shall include a Capability Statement which demonstrates the skills, experience, knowledge, and capabilities necessary to perform the support services listed above. Statements should address the services required and identify the firms' specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects. The primary NAICS Code for this requirement is 493110. The Capability Statement should include: 1. Contact information including: Company Name: Address: Point of Contact: Phone Number: Email Address: DUNS/Cage Code: Website Address: Type of Organization: Business Type(s): [ ] Large Business (LB) [ ] Small Business (SB) [ ] HUBZone (HZ) [ ] Service Disabled Veteran Owned Small Business (SDVOSB) [ ] Woman Owned Small Business (WOSB) [ ] 8(a) Business Development Program [ ] Small Disadvantaged Business (SDB) [ ] Veteran Owned Small Business (VOSB) 2. A statement indicating if your company possesses the capability to provide the entire range of services called for(consignment, seizure, towing, storage, disposition, receipt, custody, inventory, SEACATS entry) at all of the locations of this requirement? Does your company have the ability to provide any, some, or all of the services at any, some, or all of the locations of this requirement? Provide a table to list each service you are capable of providing at each location. 3. Does your company have experience as a prime contractor performing services of the same or similar type effort(s) (to include size and complexity) within the past five years? If yes, please provide the following information: Contract number(s): Dollar value(s):Point of Contact (POC): POC Email address: POC Phone number: Brief description of your direct support of the effort: Similarity of scope, effort, complexity: 4. The Government understands that teaming is an integral part of contracting. Please briefly describe how you would approach selecting team members or subcontractors for this requirement if you are not performing this action 100% in-house. Potential sources should only submit the minimum information necessary and shall not exceed ten (10) pages. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government may contact potential sources for additional information as required. Submission Instructions: Interested parties that consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought no later than July 6, 2015. Responses to this Sources Sought Notices shall be submitted via email to Milton Slade Milton.V.Slade@cbp.dhs.gov. Interested parties are encouraged to be registered in the System for Award Management, www.sam.gov prior to responding to this Sources Sought Notice. The operations required are for: •1) Towing (approximately 1 mile to 150 miles) •2) Seizure services (Drop gas tank, break down tires, finding and removing hidden compartments) •3) Consignment •4) Storage •5) Disposition (Sale/auction, remit, transfer, destroy) Administrative Services to include but not limited to: •1) Data Entry •2) Inventory Services •3) Invoice Processing •4) Records Management •5) Collect and Deposit revenue (see sections 4.1.14 and 4.1.15 of the attached SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSBP10-15-RFI-SV16/listing.html)
 
Place of Performance
Address: Along the Southwest Border States of Texas, Arizona, New Mexico, and California (e.g., McAllen, Laredo, Del Rio, El Paso, Tucson, Yuma, Nogales, Santa Teresa, El Centro, San Diego)., United States
 
Record
SN03966770-W 20151212/151210234759-8b9551ea17b0cf9376c90990110442f0 (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.