The RFP Database
New business relationships start here

Contractor Operated Supply Store and Asset Management Broker


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The General Services Administration (GSA), Federal Acquisition Service (FAS), Contracting Division is surveying the commercial vendor community for all interested parties in a proposed requirement for a Contractor Operated Supply Store (COSS)and Asset Management operation in support of Department of Housing and Urban Development (HUD) in Washington, DC. The Government is contemplating a Hybrid (Cost Plus and Fixed Price CLINs) contract for a base period of one year with four one-year options plus an award-term of up to 4 additional one-year option periods. The Asset Management tasking is contemplating on being a Fixed Price CLIN.

The Contractor shall provide all equipment, materials, supplies, supervision, administration, labor, and qualified personnel to accomplish the total work effort to execute a fully functional COSS and Asset Management operation. The contractor must be able to provide every item listed in the Attachment A: Asset Management List spreadsheet and their associated warranties, licenses and maintenance agreements upon request from the client. The contractor must provide the client with three different quotes for each item upon every request; the government prefers the contractor to have an approved CAS and an approved GFP/GFI systems. Furthermore, the contractor must accept any order regardless of its size. The contractor will also be responsible for asset tracking (labeling and barcoding in accordance with HUD requirements). The inventory capability must be compatible with ServiceNow. The resulting contract will be in compliance with HUD Capital Asset Management policies and procedures.


Interested parties are requested to submit their comments to the above proposed contract type/structure and provide a capabilities statement of no more than 15 pages in length that demonstrates the respondent's:


•Operational processes
•Industry best practices
•Ability to effectively manage IT requirements
•Ability to integrate with engineering changes
•Ability to manage supply chain processes to include optimize sub-tier supplier management
•Web-based and/or mobile ordering solution
•Ability to respond to life/limb disaster requirement(s)
•Ability to respond to non-life/limb emergency requirement(s)


In addition, please illustrate the techniques to be used to effectively mitigate the identified risks below:


•How will the Contractor overcome funding variation?
•How will the Contractor have the capital to perform on this task order (e.g., down payment or held by GSA)?
•How will the Contractor develop customer and vendor mutual performance based contracts?
•How will the Contractor address the supply chain and engineering learning curve?
•How will the Contractor address supply chain responsiveness due to facility distance?
•How will the Contractor manage the relationship and reporting requirements due to the off-base facility?


The Government is also interested in understanding the Contractor's business model/process for managing:


•Location distance
•Transportation
•Staffing
•Communication/Collaboration (internal & external)
•Material/Inventory
•Lead times (identification to deliver)
•Stock levels
•Cross-reference manufacturer part number information
•Fast-moving items
•Slow-moving items
•Specialty items
•Urgency items


The Government is also interested in understanding the Contractor's warranties and maintenance agreement available for use beyond those that are industry standard or commercially published.


All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. All responses, including capability statement, shall be submitted no later than June 20th, 2019, 7:00AM, EST. Responses shall be submitted electronically to the designated Contract Specialist, Daniel Higgins, in Microsoft Word format or Portable Document Format (PDF) at the following email address: Daniel.higgins@gsa.gov.


Please submit any questions regarding this synopsis to Daniel Higgins. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI.


Daniel Keith Higgins, Contracting Officer, Phone 2027085627, Email daniel.higgins@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP