SOURCES SOUGHT
V -- Sources Sought Notice for Joint Personal Property Shipping Office (JPPSO) Recompete Requirement
- Notice Date
- 11/12/2024 7:09:59 AM
- Notice Type
- Sources Sought
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- 180870
- Response Due
- 11/27/2024 8:00:00 AM
- Archive Date
- 12/12/2024
- Point of Contact
- Elijah Dodd, Phone: 6182299951, Monica A. Holtmann, Phone: 6182569981
- E-Mail Address
-
elijah.dodd@us.af.mil, monica.holtmann@us.af.mil
(elijah.dodd@us.af.mil, monica.holtmann@us.af.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT The 763d Enterprise Sourcing Squadron (763 ESS) is seeking sources for services including packing/unpacking, pickup and delivery of household goods/baggage for military and civilian members using the Direct Procurement Method (DPM) for inbound, outbound and local moves located at Joint Base McGuire Dix-Lakehurst (JBMDL). Additional details of the required services for the Joint Personal Property Shipping Office (JPPSO) requirement can be found listed in the required capability section below. CONTRACTING OFFICE ADDRESS: 763 ESS 510 POW /MIA Drive, Bldg P40, Suite El004 Scott AFB, IL 62225-5022 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following small business concerns: Small Disadvantaged Business, Historically Underutilized Business Zones (HUBZone); Small Business Administration 8(a) participant, Service-Disabled Veteran-Owned Small Business and WomenOwned Small Business) to provide the required DPM services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: The 763 ESS is seeking information from potential sources capable of providing the DPM services provided in this paragraph. Joint Base McGuire Dix-Lakehurst (JBMDL) requires services including packing/unpacking, pickup and delivery of household goods/baggage for military and civilian members using the Direct Procurement Method (DPM) for inbound, outbound and local moves located at JBMDL. The DPM consist of Schedule I outbound, Schedule II Inbound, and Schedule III Intra-City/Area services in-and-around JBMDL area 1. The contractor will furnish all personnel, equipment, facilities, supplies, services, and materials, except specified herein as government-furnished, for the preparation of the personal property (including servicing for appliances) of Department of Defense (DOD) personnel for shipment, drayage and/or storage and related services through DPM. Primary tasks outlined in the PWS include move preparation, packing, loading, containerization, transportation to storage facilities to include weighing and inventorying. Excluded from the scope of this requirement is the furnishing of like services or materials which are provided incidentally to complete movement of personal property when purchased by the Government through Bill of Lading or other method/mode of shipment or property to be moved under the Do-It-Yourself moving program or otherwise moved by the owner. The Government intends to award two Blanket Purchase Agreements (BPAs) for this requirement, with one being awarded for Area 1 (Zones 51-53) and the second for Area 2 (Zones 54-56). Zone Area (Counties/Cities): 51 (Area 1) New Jersey(NJ): Burlington, Ocean and the cities in Camden County: Atco, Audubon, Barrington, Bellmawr, Berlin, Blackwood, Brooklawn, Camden, Cherry Hill, Chesilhurst, Clementon, Collingswood, Erial, Glendora, Haddon Heights, Haddonfield, Laurel Springs, Lawnside, Lindenwold, Merchantville, Mount Ephriam, Oaklyn, Pennsauken, Pine Hill, Runnemede, Sickerville, Voorhees, and Westmont. 52 (Area 1) NJ: Atlantic, Cape May, Cumberland, Gloucester, Salem 53 (Area 1) NJ: Hunterdon, Mercer, Middlesex, Monmouth, Somerset 54 (Area 2) Pennsylvania: Alleghany, Armstrong, Beaver, Butler, Cambria, Cameron, Clarion, Clearfield, Crawford, Elk, Erie, Fayette, Forest, Greene, Indiana, Jefferson, Lawrence, Mckean, Mercer, Somerset, Venango, Warren, Washington, Westmoreland 55 (Area 2) Ohio: Belmont, Columbiana, Jefferson, West Virginia (WV): Barbour, Brook, Dodrige, Hancock, Harrison, Lewis, Marion, Marshall, Mongolia, Ohio, Pleasants, Preston, Ritchie, Taylor, Tyler, Upshur, Wetzel, Wood 56 (Area 2) WV: Boone, Braxton, Cabell, Calhoun, Clay, Fayette, Gilmer, Greenbrier, Jackson, Kanawha, Lincoln, Logan, Mason, Mingo, Nicholas, Putnam, Raleigh, Roane, Wayne, Wirt, Wyoming NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 484210 � Used Household and Office Goods Moving, with the corresponding size standard of $34,000,000. SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative, business title, telephone number and email; 3) Large or Small Business Size and Type of Small Business (if applicable); 4) Commercial and Government Entity (CAGE) Code; 5) Unique Entity Identifier (UEI) Number; 6) Any other contract vehicles that would be available to the Government for the procurement of the service, to include ENCORE III, General Service Administration (GSA), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.); 7) Please provide any questions or concerns you have on the NAICS code provided. 8) Please provide your intent to respond if a solicitation is posted for this requirement. Vendors who wish to respond to this should send responses via email to the following individual listed below no later than (NLT) 10:00 AM on 27 November 2024 to: Mr. Elijah Dodd Contract Specialist 763 ESS/PKA elijah.dodd@us.af.mil Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8ef4957d7b5c4d13bca52ac82983ed55/view)
- Place of Performance
- Address: Joint Base MDL, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07262813-F 20241114/241112230118 (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 |