SOURCES SOUGHT
V -- Material Management Services -DeCA Pacific Theater
- Notice Date
- 5/21/2020 7:09:58 AM
- Notice Type
- Sources Sought
- NAICS
- 488320
— Marine Cargo Handling
- Contracting Office
- DEFENSE COMMISSARY AGENCY FORT LEE VA 238011800 USA
- ZIP Code
- 238011800
- Solicitation Number
- HDEC05-20-RFI-0011
- Response Due
- 5/29/2020 2:00:00 PM
- Archive Date
- 06/13/2020
- Point of Contact
- Daniel Lindsey, Phone: 804-734-8000 ext48774, Jill A. Craft, Phone: 804-734-8000 ext86294
- E-Mail Address
-
daniel.lindsey@deca.mil, jill.craft@deca.mil
(daniel.lindsey@deca.mil, jill.craft@deca.mil)
- Description
- STATEMENT OF OBJECTIVES PACIFIC DeCA Material Management THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, A REQUEST FOR PROPOSALS, A SOLICITATION, A REQUEST FOR QUOTES, OR AN INDICATION THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES. 1. BACKGROUND: The Defense Commissary Agency (DeCA), with headquarters at Fort Lee, Virginia, operates a worldwide chain of commissaries providing groceries to military personnel, retirees and their families. A core military family support element, and a valued part of military pay and benefits, commissaries contribute to family readiness, enhance the quality of life for America's military and their families, and help recruit and retain the best and brightest men and women to serve their country. DeCA continually seeks opportunities to enhance the benefits and services provided to the customers.� The Defense Commissary Agency is requesting interest in Logistical Material Management Services.� These services would involve shipping supplies and equipment from a Continental US (CONUS) facility to our commissary Central Distributing Center (CDC) locations located within the Pacific theater. The required services shall provide all labor, transportation, equipment, materials, supervision to manage, and perform all operations incidental to receive items ordered by the Government for Overseas shipment, and expeditiously and economically ship them to the proper location of the commissaries located in the Pacific region. As requested by a DeCA Contracting Officer or a DeCA Transportation Specialist, the contractor shall fumigate crates delivered by the Defense Commissary Agency (DeCA) vendors that are not in compliance with the Nematode treatment requirements or similar treatment requirements. The contractor shall provide replacement treated pallets for those pallets delivered by DeCA vendors that are not in compliance with the Nematode treatment requirements of the receiving countries. 2. PURPOSE: The focus is to seek feedback from the logistics and shipping industry and companies who currently provide services of this nature.� See attached spreadsheet for breakdown of areas to include Store Locations tab for commissary addresses (addresses can also be found at the following link:� https://www. able to meet the frequency shipment plan for supplies and services as indicated, see attached spreadsheet? Comment Example: Yes, XYZ Company can meet the required pickup plan. b) These Material Management services are needed for processing, and shipping to the Pacific Theater from a facility on the West coast of the CONUS. ���Will your company be able to meet the regional shipping location from West coast of CONUS? Comment Example: Yes, XYZ Company can meet the regional shipping requirement. c) As stated above, the contractor shall fumigate crates delivered by the Defense Commissary Agency (DeCA) vendors that are not in compliance with the Nematode treatment requirements or similar treatment requirements. The contractor shall provide replacement treated pallets for those pallets delivered by DeCA vendors that are not in compliance with the Nematode treatment requirements of the receiving countries.� Will your company be able to meet the requirement for fumigation and treatment of pallets, or replacing pallets as needed? Comment Example: Yes, XYZ Company can meet the required pallet fumigation and treatment plan. d) Frequency for shipments is typically every week, however sporadically, and no guarantees of minimum shipments; dimensions span the full range, a single box @ ~2lbs to an entire 40ft container @ 40k lbs.�Other than shopping carts, any single item that exceeds 2,000lbs or takes up more space than one standard pallet position will require a mutual agreement between vendor and the regional point of contact to determine appropriate charges.� Please provide a statement of capability to accommodate such transactions.� Comment Example: Yes, XYZ is full capable to accommodate the specific shipment frequency and fully capable to handle shipments of the sizes ____ through _____ (State your company�s abilities). e) It is the government�s responsibility to obtain quality services at reasonable prices. Please provide an estimate of costs for the process treatment of pallets or replacement of pallets and shipment from the West Coast facility to the CDC warehouses in the Pacific Theaters listed below.� Comment Example: Our Company would provide the associated shipments to the detailed locations at the approximate costs below: PRICE PER CASE(DeCA defines a case as any package with weight range between 2 lbs. and 2,000 lbs. and not to exceed one pallet in size): PRICE FOR EACH PALLET POSITION: PRICE PER PALLET POSITION TO FUMIGATE CRATES NOT IN COMPLIANCE WITH THE DESTINATION COUNTRY�S PINEWOOD NEMATODE TREATMENT REQUIREMENTS: PRICE PER PALLET TO REPLACE NON-COMPLIANT WOOD PALLETS WITH TREATED PALLETS THAT COMPLY WITH THE DESTINATION COUNTRY�S PINEWOOD NEMATODE TREATMENT REQUIREMENTS: f) Are you registered and active in the System for Award Management (SAM)?� If so, please provide your Cage Code and DUNS number.� Note:� You must be registered with an Active status in SAM to bid on any Government solicitations.� It is strongly encouraged that you start this process early; it can take several months to update/complete your registration. Comment Example: Yes, XYZ is registered with SAM 3a. THIS SECTION CONTAINS ALL INFORMATION REQUIRED TO SUBMIT A RESPONSE.� No additional forms or other materials are needed.� DeCA appreciates responses from all capable and qualified sources that meet the following format: A one-page cover sheet with title, organization(s), responder's technical and administrative points of contact including names, titles, postal address, phone numbers, and email addresses.� Please number the pages; comments are not limited in format or length.� Address the objectives above.� The Government is not seeking lengthy detailed responses.���� To the extent possible, all responses should be unclassified and for general access by the Government, other evaluators, and other respondents.� Any material provided may be used in development of future solicitations.� Any proprietary information submitted must be clearly and separately identified and marked and will be appropriately protected.� The Government will NOT be responsible for any proprietary information not clearly marked. 4.� DISCLAIMERS AND NOTES: This is a Request for Information (RFI) only, does not constitute a program or contractual solicitation.� DeCA is under no obligation to acknowledge receipt of submissions or of the information received or to provide feedback to respondents with respect to any information submitted. Contracting Office Address: 1300 E Avenue, Building P-11200 Fort Lee, Virginia 23801-1800 United States � Place of Performance: Defense Commissary Agency Multiple Locations Pacific Theater�(Details on attached Pacific Locations Sheet) Fort Lee, Virginia 23801 United States � Primary Point of Contact: Dan Lindsey, Contract Specialist Daniel.lindsey@deca.mil Phone: 804-734-8000 x48774 � Secondary Point of Contact: Jill A. Craft, Contracting Officer Jill.craft@deca.mil Phone: 804-734-8000 x86294
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8cde434112a54a8eab427cd418e20647/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05668386-F 20200523/200521230231 (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 |