Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2022 SAM #7555
SOURCES SOUGHT

S -- AFD: Relocation/Delivery, Appraisal, Storage, Maintenance and Disposal Services for Seized and/or Forfeited Vessel for CONUS and OCONUS.

Notice Date
8/5/2022 9:46:08 AM
 
Notice Type
Sources Sought
 
NAICS
713930 — Marinas
 
Contracting Office
U.S. DEPT OF JUSTICE, USMS LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
15M50022RA4400013
 
Response Due
9/6/2022 10:00:00 AM
 
Point of Contact
Ricardo Blanco, Phone: 7037403961, Kimberly S. Hall, Phone: 7037401713
 
E-Mail Address
Ricardo.blanco-soto@usdoj.gov, kimberly.hall2@usdoj.gov
(Ricardo.blanco-soto@usdoj.gov, kimberly.hall2@usdoj.gov)
 
Description
The United States Marshals Service (USMS) has a responsibility to Relocate/Delivery, Appraise, Store, Maintain and Dispose of seized and/or forfeited Vessel for CONUS and OCONUS.�The performance area shall cover all of the United States, its territories and international locations, as necessary. REQUEST FOR INFORMATION (RFI) The USMS is posting this announcement as an RFI only, for the upcoming solicitation that will be posted on the SAM.gov website at https://sam.gov.� This RFI is issued for the purpose of identifying the availability of potential qualified sources that will be able to meet the requirement.� The solicitation will be for the Relocation/Delivery, Appraisal, Storage, Maintenance and Disposal of Vessels to the General Public as a customary business practice in the CONUS and OCONUS locations.� The vessel services contract will be for a base year and four (4) one-year options. In addition, FAR 52.217-8 �Option to Extend Services� will be included to the solicitation/contract. Facility Performance: Contractor shall have a storage facility (marina) located within 80 miles of the Southern District of Florida office (Wilkie D. Ferguson U.S. Courthouse, 400 N. Miami Avenue, 6th Floor, Miami, Florida 33128). This storage facility must be able to store the vessels listed under the Miami Storage Facility on the pricing schedule. The wet and dry dock storage facilities shall be located within 20 miles of one another. If a vessel(s) cannot be relocated, the contractor shall procure (alternate storage locations) services where the vessels are located. Substitute custodial facilities will be required throughout the performance area on an as needed basis. The national coverage area includes the 94 USMS District Offices within the continental United States, Alaska, Hawaii, Puerto Rico, the US Virgin Islands, Guam and the Northern Mariana Island. If a vessel is international and an alternative storage location can be found that is secure, the contractor shall procure services, location and security requirements upon COR approval. If the vessel must be moved or a secure international location is not suitable, the contractor shall secure a location within the Continental U.S. If you are interested in the upcoming solicitation, provide a capability statement addressing your company�s ability to provide the related services.� It is important that interested sources provide a capability statement to:� Ricardo Blanco, Contracting Officer, Ricardo.Blanco-Soto@usdoj.gov and Kimberly Hall, Contract Specialist,�Kimberly.Hall2@usdoj.gov via email.� In addition to a capability statement, all interested parties need to ensure they have completed the initial questions to be submitted via SurveyMonkey link: https://www.surveymonkey.com/r/JKTR336 You are advised that providing your capability statement and responses to all questions that no entitlement to payment or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government�s use of such information.� The Government reserves the right to reject, in whole or in part, any contractor�s input resulting from this RFI.�� In addition, you are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. All responses are due by Tuesday, September 6, 2021 at 12:00 pm EDT. NOTE: The solicitation will be posted at SAM.gov, https://sam.gov. The survey questions are listed below. However, pleased submit the survey via https://www.surveymonkey.com/r/JKTR336 1) Name of Firm: � � �Address: � � �Point of Contact: � � �E-Mail Address: � � �Telephone #: � � � Unique Entity Identifier: � � � QUESTIONS (all questions must be answered � NO BLANKS): 2) Indicate your firm�s size and status of your organization:�� ________ Small Business,� ________ Large Business, ________ 8(a), ________ Veteran-Owned,� ________ Service Disabled Veteran-Owned,________ Women-Owned Small Business, ________ Small Disadvantaged Small Business,� ________HUBZone Small Business, and _________ Historically Black Colleges/Minority Institutions? 3) What percentage of the work would your firm perform and what percentage of the work would you subcontract?� 4) If subcontracting opportunities are available, do you anticipate subcontracting with_____ Small Business, _____ Veteran-Owned Small Business, _____ Service-Disabled Veteran-Owned Small Business, ______ Women-Owned Small Business, and _____ HUBZone Small Business concerns? 5) Which of the following does your firm offer to the General Public on a Commercial Basis? ______ Relocation, _________ Appraisal, ______ Storage, ______ Maintenance, and _______ Disposal Services? 6) Is it customary and offered to the General Public that your firm provides maintenance on Vessels stored at your facility to ensure that a Vessels is kept in the same condition as when delivered to your storage facility�and/or at a substitute custodial location? 7) Is it customary and offered to the General Public that records are maintained showing maintenance performed on Vessels stored at your facility? 8) Is your facility able to segregate and properly identify USMS Vessels from Non-USMS Vessels? 9) Can your firm provide auctioneer and/or brokerage services to dispose of seized vessels? 10) Is it customary that when your firm sells a vessel that its pricing guidelines are in accordance with industry standards?� 11) Is it customary for your firm to clean/prepare a Vessel prior to the auctioning of the Vessels? 12) Indicate whether your firm can provide _____ dry dock and ______ wet dock/moored storage for vessels?� 13) Is your dry dock storage facility fenced and secured? 14) How much square footage does your dry dock storage facility have? 15) Can your firm provide delivery services for _____ Category 1 (Up to 30'), ______ Category 2 (31'-50') ______ Category 3 (51'-80'), ________ Category 4 (Over 80') and_______ Trailers? 16) Can your firm provide storage for _____ Category 1 (Up to 30'), ______ Category 2 (31'-50') ______ Category 3 (51'-80'), ________ Category 4 (Over 80') and_______ Trailers? 17) Are you aware of any Laws and Regulations that are unique to the services being acquired? 18) Does your firm possess the necessary licenses and permits to conduct business for these services in the proposed state? 19) Does your firm belong to any trade organizations?� If so, please list the organization(s). 20) Is it customary to offer warranty, buyer financing, discounts, etc., under which commercial services you provided to the General Public? 21) Would your company be interested in participating in this requirement? End of Survey NOTE:� The solicitation will be posed at SAM.gov; https://sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07c96069c7aa48d8baa8d493c1b5cc38/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN06416797-F 20220807/220805230122 (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 |
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.