SOURCES SOUGHT
N -- Warehouse Racking Hardware, Installation and Remedial Services
- Notice Date
- 1/23/2020 10:21:17 AM
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
- ZIP Code
- 17070-5008
- Solicitation Number
- SP330020SSRACKING
- Response Due
- 2/7/2020 11:00:00 AM
- Archive Date
- 02/22/2020
- Point of Contact
- Joshua L. Woodworth, Phone: 7177704192
- E-Mail Address
-
joshua.woodworth@dla.mil
(joshua.woodworth@dla.mil)
- Description
- Notice Type: Request for Information (RFI) Summary: Request for Information regarding the acquisition of racking material and support services for the Defense Logistics Agency (DLA) Distribution. DLA Distribution currently procures racking under the Federal Supply Class (FSC) of 7125 through the Federal Prison Industries (FPI) AKA UNICOR.� Depending on the DoD annual spend of this FSC, the products may/may not be mandatory purchases through FPI which is a Government entity.� If mandatory, the Government would most likely procure that material from FPI and provide to the contractor as Government Furnished Equipment (GFE).�� FPI is not a mandatory source for design studies, installation, demolition, reconfiguration and testing services as well as FPI non manufactured parts such as in rack sprinkler systems. Purpose: The purpose of this RFI is to conduct Market Research focused on identifying firms and businesses interested in, and capable of, providing racking, services and support to DLA Distribution Warehouses and Operations. Target Audience: Firms and businesses of all sizes are invited to respond to this RFI. Instructions to Interested Parties: DLA Distribution is planning to establish a multiple award indefinite-delivery indefinite-quantity (IDIQ) contract to procure warehouse racking hardware, installation and remedial services (emergency repairs, relocations) for worldwide DLA Distribution Center Racking needs on a regular/recurring and �as needed� basis.� This does not constitute a finalized draft for use in preparing a response to any forthcoming solicitation. This provides an idea of the scope and magnitude of the requirement. The purpose of this SS/RFI is to solicit industry's assistance and best practices and identify firms and businesses interested in, and capable of, providing a turnkey solution to DLA. Responses to this notice will be considered in determining the best approach for any potential future acquisition.� This exercise is a query into locating sources that could provide a complete turnkey solution, to include providing the necessary materials through commercial procurement or via GFE, the installation of new racking and storage configurations, retrofitting/upgrading/repairing existing racking and storage configurations, and demolition and removal of existing storage configurations.� Racking will be of the following types and any combination thereof: pallet rack, cantilever rack, package rack, bin rack, pallet and case flow rack, pallet flow rack, push back rack, and sheet metal cassette storage rack.� If the racking material is not required to be a mandatory purchase from FPI, the Government would prefer all bin, package and pallet rack to be compatible with the existing FPI oversize tear drop design if possible so that all existing FPI components are interchangeable with existing FPI GFE bin, package and pallet racks.� Sizes of package, bin and pallet rack requested are 24, 30, 36 and 40 inches deep and between 6 ft. to 35 ft. high.�� The contractor shall also have the capability of providing in-rack sprinkler system and fire alarm systems, rack capacity studies, floor capacity engineering studies, rack netting, bin boxes, bin dividers, rack repair and shall capable of rack demolition/relocation of rack systems to other DLA Distribution Sites.� Heights of pallet flow rack shall be up to 4 levels high with 52 in. locations. The contractor shall supply all supervision/management, personnel, material, supplies, equipment, and tools necessary to the storage aid upgrade.� All equipment supplied under the contract shall be supplied, installed and shall include transportation to the work site.� All systems shall include an engineering study with structural calculations, rack capacity designed for the seismic zone per each installation location and rack capacity signage at the ends of each rack aisle.��� The installations shall be turnkey complete and usable systems which comply with all NFPA, RMI and UFC Standards.� The current rack utilized is a combination of wide aisles (no guidance) and Very Narrow Aisle �VNA (wire guidance or rail guidance).�� The vehicles shall not be procured by the rack manufacturer but the racking contractor shall install (or replace) the wire or rail for compatibility with the government furnished vehicles.� Minimum dollar value of the contract shall be $100,000. Interested parties are requested to: Provide a Capabilities Statement describing how the contractor has adequately provided the above materials and services on both a regular/recurring and an �as needed� basis for Commercial and/or Government entities.� Provide a detailed description and dollar value of work you have completed that is similar to this scope.� Provide rationale on staffing capability.� Specifically, this capability should address providing adequate support for geographically dispersed locations. �Upon knowledge/notification of a need for on-site racking hardware installation/remedial services; provide your response time capability.� The staffing discussion should also address the ability to adequately respond taking geographic locations into consideration for both Continental United States (CONUS) and Outside Continental United States (OCONUS) sites.� The site locations include the entire DLA Distribution network which is worldwide.� The following link provides the list of DLA Distribution worldwide sites (CONUS and OCONUS).��� https://www.dla.mil/Distribution/Locations/ Interested parties responding to this notice should also provide the following: The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC�s name, phone number and e- mail address. Whether the Party is, or is not, a small business concern, and if a small business concern, also possesses one of the following socioeconomic designations: Service-Disabled Veteran Owned Small Business, HUBZone, or Women-Owned Small Business as defined in FAR 52.219-1 for NAICS Code 236220 (Commercial and Institutional Building Construction), or is a foreign entity. Cage Code. Additionally, the Government welcomes your input for consideration in the development of the Performance Work Statement (PWS) and pricing/CLIN structure.� This is a Sources Sought/Request for Information 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 REQUEST. This SS/RFI does not commit the Government to contract for the identified services and does not commit the Government to set aside this acquisition for a small business concern. If a solicitation is released, it will be posted to the Federal Government Website at https://beta.sam.gov/.� It is the responsibility of potential offerors to monitor this site for additional information pertaining to a future procurement. The information provided in this SS/RFI is subject to change and is not binding on the Government. Any information submitted in response to this SS/RFI is voluntary. The release of this SS/RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that DLA Distribution will not pay for any information or administrative cost incurred in responding to this SS/RFI. In addition, the Government will not entertain any requests to meet individually with a service provider regarding the content of this SS/RFI, and will not respond to any electronic or telephonic inquiries for this purpose. Please provide responses to this SS/RFI by email no later than 2:00 PM Friday February 7, 2020. Responses will only be received electronically in Adobe pdf or MS Office formats. Paper media will not be received. Email responses should be sent to joshua.woodworth@dla.mil. The subject line should be addressed as �DLA Distribution � Warehouse Racking Hardware, Installation and Remedial Services�. Please be advised that any responses exceeding the government�s email size of 15 MB will be returned undelivered and may require two or more separate email submissions in order to successfully submit all attachments.� Responders are responsible for contacting joshua.woodworth@dla.mil to confirm receipt of their response. �������������������������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/85fa8620621547f0a2fe4cef40725a5a/view)
- Record
- SN05542318-F 20200125/200123230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |