Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2025 SAM #8461
SOURCES SOUGHT

D -- Integrated Logistics Division Support Services

Notice Date
1/24/2025 3:44:30 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
INFORMATION TECHNOLOGY CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
2025ILS
 
Response Due
2/7/2025 11:00:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Monica Y. Watts, Phone: 5713637066
 
E-Mail Address
monica.y.watts@cbp.dhs.gov
(monica.y.watts@cbp.dhs.gov)
 
Description
Request for Information and Sources Sought Office of Information & Technology (OIT) Integrated Logistics Division Support Services Purpose: This public posting is for informational, planning, and market research purposes only and constitutes a Request for Information (RFI) and a Sources Sought Request (SSR) only for United States, Department of Homeland Security (DHS), Customs and Border Protection (CBP). This announcement does not constitute a commitment, implied or otherwise that a solicitation or procurement will be issued. This is not a solicitation, Request for Proposal (RFP), or Invitation for Bids (IFB). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. All information received resulting from this RFI will be used by CBP for acquisition planning and market research purposes only. However, your response may be releasable to the public under the Freedom of information Act (FOIA), 5 U.S.C. 552, and the DHS FOIA regulation, 6 C.F.R. Chapter 1 and Part 5. If you wish CBP to consider any portion of your response as ""confidential commercial information"", you should clearly mark the portion as ""confidential commercial information"". The procedures for identifying ""confidential commercial information"" are set forth in the DHS FOIA regulation cited above and are available on the DHS website: http://www.dhs.gov/xfoia/editorial0579.shtm. CBP, at its discretion, may request respondents to this RFI to meet with CBP program and contracting officials and to elaborate on information in their written response. Respondents to this RFI will not be notified of any results derived from a review of the information provided. All information contained in this RFI is preliminary and is subject to revision and is not binding on the Government. The purpose of this public posting is to give contractors the opportunity to provide information regarding their capability to provide logistic support services. Background: The Integrated Logistics Division (ILD) within EIOD provides CBP with centralized management to provide the full life cycle support to sustain the inventory of interdiction, inspection, detection, and surveillance, technology at the highest operational readiness levels possible. ILD provides support services to the Office of Field Operations (OFO), U.S. Border Patrol (USBP), and other DHS Components. These support services include but are not limited to; development of policy and procedures, maintenance management & planning, product support management, help desk/maintenance dispatch, supply support, asset management, inventory control, packaging, handling, storage, and transportation (PHS&T), service engineering, reliability analysis, and product line improvement. Draft Requirement Overview: The Contractor shall provide the labor, supplies, materials, and procurement services to staff the ILD�s Maintenance Dispatch Center (MDC) and provide life cycle support functions to sustain the operational availability of systems/equipment deployed to sites within Continental United States (CONUS) and Outside Continental United States (OCONUS). Life cycle support functions encompass efforts to perform preventive, predictive, and corrective maintenance planning and execution; to perform inspection and tracking of assets; to perform warehouse management, to relocate equipment; to provide enhancements, technical refresh, or refurbishment of equipment; and to retire or dispose of the equipment. The following Government facilities and locations are where the ILD functions take place: The OIT facility located in Lorton, Virginia is the principal location / offices of the ILD management, business and contract administration, program technology support staff, and the NII/RDE Repair Depot The Repair Depot in Lorton, Virginia supports the hand-held Non-Intrusive Inspection (NII), Radiation Detection Equipment (RDE), Material ID & Surface Analyzer instruments, and other DHS and CBP hand-held technologies. The Repair Depot includes the warehouse space, shipping & receiving area, repair part storerooms, and technical repair labs. The Intermediate Repair Facility (IRF) in Albuquerque (ABQ), New Mexico supports the Remote Video Surveillance System (RVSS) components, Agent Support Equipment (ASE), and Unattended Ground Sensors (UGS). The ABQ IRF consist of offices, warehouse space, shipping & receiving area, repair part storerooms, testing rooms, and technical repair labs. Fielded NII and Radiation Portal Monitor (RPM) Systems deployed at various sites at: U.S. Land Port of Entries (LPOEs), International Airport(s), U.S. Sea Port(s), International Mail Facility & Consignment Center(s), OCONUS International Pre-Clearance Airports, and other Government facilities. The Acquisition Program Management (APM) and Lead Business Authority (LBA) offices in the National Capital Region Information Request: 1) Can you provide examples where you�ve provided integrated logistics support (ILS) for a federal government agency of a similar size and complexity? 2) Can you provide examples in current (or previous) efforts whereby you successfully modernized logistical support to increase operational efficiencies? 3) Can you provide examples in current (or previous) efforts whereby you successfully performed to our current environment identified below of: a) Bench repairs per year i) Albuquerque � 2,807 ii) Lorton � 2,184 b) Warehouse shipping & receiving / forklift operations per year i) Albuquerque � 222 ii) Lorton � 7,644 c) Helpdesk incident tickets generated per year i) Lorton NII/RPM MDC and NROC -10,400 calls d) Repairs of technology in the field per year i) NII/RPM Repairs in the Field - 524 e) Parts inventory and re-order points per year i) Albuquerque � 2 Equipment Inventories a year ii) Lorton � 2 Equipment Inventories, 15 repair part orders a year f) Working with vendors and managing warranty repairs g) Working with vendors and O.E.M.s on Engineering support/upgrades h) Project management 4) Contractors will be expected to perform on site (Lorton, VA and Albuquerque, NM). Do you foresee any challenges with hiring the appropriate labor categories for these locations? 5) CBP may have the need for temporary warehouse storage within accessible proximity to the primary ILS locations. Do you foresee any challenges with this requirement? 6) Can you provide examples in current (or previous) efforts whereby you have successfully automated the resolution of Priority 1 incidents to streamline processes? 7) Can you provide examples in current (or previous) efforts whereby you have successfully provided stakeholders with recommendations on real-time monitoring and reporting, to include recommendations on metrics/key process indicators (KPIs) and dashboards? 8) Can you provide examples in current (or previous) efforts whereby you have successfully implemented preventative maintenance schedules to ensure the availability of the equipment? 9) Please identify the benefits or the risks to the Government with executing portions of the contract as firm fixed price (FFP)? 10) Based upon the requirements contained in the SOW, how long during the transition period will it take to reach critical staffing percentages with qualified personnel? 11) What are the vendor�s plans to ensure an expedient and successful transition? 12) Are you aware of any pertinent pricing issues that CBP should consider or cost control measures which CBP should consider adopting for this effort? 13) To successfully perform the requirements contained in the SOW, what is your proposed subcontracting strategy? 14) Based upon the SOW, what documentation would CBP need to provide (e.g., SOPs, guidelines, etc.) for you to produce a viable proposal for labor hours? 15) Are there any issues, comments, or questions you have regarding the draft performance requirements in this RFI?? 16) What recommendations would you propose to improve how the draft performance requirements are defined to help you develop a comprehensive proposal? Instructions: Interested parties are encouraged to respond to this notice if they have the capability and capacity to provide the identified services. Please do not submit capability statements at this time. The due date and time for responses is no later than 2 PM EST, February 7, 2025. The RFIs shall be submitted via email to: monica.y.watts@cbp.dhs.gov with the subject line ""Integrated Logistics Division Support Services RFI"" to be considered. All responses must adhere to the page limit of 15 pages total. Please note, cover pages do not count towards the page limit. The submission shall be logically assembled. Each response section shall be clearly identified and shall begin at the top of a page. All pages of each response section shall be appropriately numbered and identified by the complete company name, date, and referenced number listed on the Notice in the header and/or footer. Attachments: DRAFT Statement of Work Sample Price Format Primary Point of Contact: Monica Y. Watts Contracting Officer/Branch Chief Enterprise Network Technology Services (ENTS) Contracting Branch Information Technology Contracting Division DHS Customs and Border Protection 1331 Pennsylvania Ave NW Washington DC 20029 MONICA.Y.WATTS@cbp.dhs.gov 571-363-7066
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6549c1915d1b43c5926ef59f8fd14a88/view)
 
Place of Performance
Address: VA 20146, USA
Zip Code: 20146
Country: USA
 
Record
SN07323045-F 20250126/250124230103 (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.