SPECIAL NOTICE
R -- RFI for mail, warehouse, and transportation services
- Notice Date
- 1/31/2017
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Strategic Sourcing Acquisition Division, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NAAJ7200-17-00019RFI
- Archive Date
- 2/5/2017
- Point of Contact
- JUSTIN SCURLOCK,
- E-Mail Address
-
JUSTIN.SCURLOCK@NOAA.GOV
(JUSTIN.SCURLOCK@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist. This Request for Information (RFI) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI. This RFI is to locate potential sources for warehouse, mail, transportation and courier services. The technical requirements for each are described below. In addition to the requirements of the warehouse services, the contractor shall demonstrate its ability to provide a warehouse management system. The WMS computer software shall be used for inventory purposes and specifically for automating the management of the movement and storage of materials throughout the warehouse and be fully functional within 60-days following the contract award. Warehouse Services : The contractor shall perform various warehouse services as specified herein. Services include but are not limited to warehouse functions such as: • Shipping and Receiving • Stacking and Storing • Loading and Unloading Trucks • Inventory Control • Picking • Packing • Retrieval and Put-A-Way • Distribution • General House Keeping • Operating and Maintaining Material Handling Equipment (MHE) • Operate the Warehouse Management System (WMS) • Utilize Hand Held Data Terminals • General Administrative Tasks Perform • Responsible for preventative maintenance of government furnished equipment • General Administrative Tasks Mail Services: The contractor shall perform various mail services as specified herein. Services include but are not limited to mail functions such as: • Sorting Mail • Distribution and Delivery within the IRC • Pick-Up within the IRC • Providing and Restocking Mail Supplies, Materials, and/or Equipment Courier and Transportation Services : The contractor shall perform various courier and transportation services as specified herein. Services include but are not limited to courier and transportation functions such as: • Island-wide delivery and pick-up service • Logistical support services for shipments throughout NOAA IRC Area of Operations. • Scheduled Shuttle Service for NOAA staff and guests • On-demand Shuttle Service outside of scheduled service within normal hours of operation Companies must demonstrate, through its capability statement, that it has the knowledge of the above requirements as well as the capabilities to offer the WMS. Companies will be required to warrant that the systems will perform satisfactorily when used for their intended purposes. This synopsis is for informational purposes only and not an offer for proposal. Respondents to this RFI must provide enough information to demonstrate its capabilities to perform any or all of these specific tasks; they should respond to Justin Scurlock, by email, at justin.Scurlock@noaa.gov Responses should be received NLT February 3, 2017 at 12:00 NOON EST; no telephone responses will be accepted. EMAIL ADDRESS: justin.scurlock@noaa.gov Please complete the following questions. 1) Provide a brief summary of the company and its core competencies. 2) Please provide the following Point of Contact information on all responses: a. Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3) Describe your Company's past performance of the stated task in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort 4) Describe your company's experience in performing the task outlined above. 5) Describe your company's experience in providing WMS software. Please be as specific as possible. 6) State if your firm would be able to turn around a proposal if the timeframe for response is 7-10 days. 7) Statement that your firm wold be able to turn around a proposal if the timeframe for response is 7-10 days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NESMD/NAAJ7200-17-00019RFI/listing.html)
- Place of Performance
- Address: Services to be provided shall be accomplished primarily at the Inouye Regional Center (IRC). The campus is made up of seven buildings, two hangers, and two ship piers located on Ford Island; Pearl Harbor, Honolulu, HI, Honolulu, Hawaii, United States
- Record
- SN04385908-W 20170202/170131234347-e37b9f0a927644fef03fb77f813cc290 (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 |