The RFP Database
New business relationships start here

Contractor Owned Contractor Operated Distribution and Warehousing Services


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Defense Logistics Agency (DLA) Distribution is issuing this Sources Sought Notice for planning purposes only. DLA is looking to determine if there are commercial solutions for providing contractor managed warehousing operations and warehouse storage in the following locations: Qatar, UAE, Oman, Jordan, Kingdom of Saudi Arabia, Kuwait, and Iraq.  DLA’s Warehouse Management System, Distribution Standard System (DSS), would be used for all warehouse management functions at each location.

 

The general scope of this requirement is to provide information on: (A) indoor ; (B) security; (C) information technology infrastructure (cabling and power) and telecommunications; (D) operations - receipt, store, inventory, issue, trans- ship/cross-dock, package, perform special projects for an estimated 20,000 different items/SKUs and transportation and delivery of material to and from a current facility located in Bahrain including local delivery of material, workforce and Material Handling Equipment (MHE) requirements/capabilities and a timeline to begin operations.

 

Instructions to Interested Parties:
 

Interested parties are requested to provide a Capabilities Statement that presents a brief overview of the parties’ capability to perform each of the lettered and numbered requirements detailed in Section A – Indoor/Outdoor Space, Section B – Security and Antiterrorism, Section C – Information Technology, and Section D - Operations, as well as providing the requested information in Section E – Interested Party Information. The Capabilities Statement shall address each of the lettered and numbered requirements in the same order they are listed in this Sources Sought Notice so that the Government can establish that the interested party is capable of meeting all of the requirements.

 

A.      INDOOR/OUTDOOR SPACE
1.       The Government’s requirement for space includes indoor storage space at each location. Interested parties’ capability statement shall address:

a.        The current available indoor gross square feet or estimated timeline to construct at each location to meet the following need:

 






Description



Indoor Gross Square Feet



Outdoor Uncovered Gross Square Feet



Outdoor Covered Gross Square Feet



Total





General Purpose (GP) Warehouse



233,000



 



 



233,000





TOTAL



233,000



 



 



233,000






 

b.       Location and street address of the proposed warehousing.

2.       Briefly address adherence to all host nation laws, regulations, building codes, and sponsorships, as well as applicable federal, Department of Defense (DoD), DLA and host nation standards, regulations, building codes, and policies, including environmental guidelines. If the facility does not currently meet the above standards, discuss the timeline and a brief overview of the plan to ensure compliance.

 

3.       Each proposed warehouse location must meet the minimum requirements below:

 

a.        The site must be accessible via paved roads and throughout the year.  The site must be above flood plains and offer proper drainage.

b.       The building(s) should be well constructed so that the stored goods are protected even in extreme weather conditions.

c.        The floor of the warehouse should be on a higher level than areas outside. It must withstand the weight of the stored cargo and of the machines operating inside the warehouse. Floor material should be polished concrete, bitumen and concrete or plastic material are acceptable. No loose particles are allowed on the finishing surface of the floor. The maximum inclination of the floor is 1/200.

d.       The doors and aisles for warehouse traffic must be wide enough for vehicles and forklifts to meet and pass and there must be sufficient operating space in the loading areas.

e.        Adequate lighting with minimum illumination of 200 candelas is required. Fluorescent tube lamps and gas-discharge/luminous discharge lamps (HQL, NVA-T, HQI-T, HQI-BT types) are allowed. All lamps must have protective glass. The safety margin from the highest point of the cargo stored to the lamps is one meter.

f.        The space of the warehouse should be separated by firewalls if the total area exceeds 10,000 square metres (107,639 sq. ft.) or less if locally required. An automatic fire and smoke detection system must be installed. Smoke venting arrangements in the roof must be installed. Extinguishers, fire water post, alarming bells, buttons, markings etc. have to be placed according to the national building regulations.

g.       Security matters such as gates, fencing, monitoring, locking of the doors, alarms etc. have to be managed so that the cargo stored in the warehouse will remain intact from intruders during the whole warehousing period.

h.       Office space for administrative work and be capable of supporting information technology. The office space must be secure, lockable, and climate controlled.

i.      Adequate power and power outlets accessible throughout the location. The electrical system must be capable of supporting normal building functions (lights, hot water heaters, HVAC equipment, etc.) as well as sufficient capacity to support heavy load auxiliary equipment.

 

Provide the square footage for indoor storage space that:

a)       Is or can be configured for hazardous, secure, rack, bin, bulk and open storage.

b)       Is an environmentally controlled, air conditioned (Climate-Control) interior.

c)       Shows what the clear stacking height is in the storage areas.

d)       Has restroom/breakroom facilities

e)       Has office space and whether that office space is secure, lockable and climate controlled.

 

Identify if outdoor storage is available and, if so, what is the square footage.

 

B.      SECURITY and ANTITERRORISM
1.       The interested parties’ capability statement shall address the ability to comply with all DoD mandated security requirements as well as DLAI 5710.1 – Physical Security Program, and DLAR 4145.11, Safeguarding of DLA Sensitive Inventory Items, Controlled Substances, and Pilferable Items of Supply. Perimeter fencing and proper security lighting to enable around the clock operations. Conforms to standards listed in UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, and UFC 4-010-02, DoD Minimum Antiterrorism Standoff Distances for Buildings. If the facility does not currently contain all of the security or antiterrorism requirements, the Interested Party shall discuss capability, timeline, and a brief overview of the implementation plan to achieve the appropriate security measures. Copies of the DLAR and DLAI can be obtained by contacting the POC listed in Section E.

 

C.      INFORMATION TECHNOLOGY (IT)
1.       In addressing the IT capabilities, interested parties shall address the capability to install power and cabling to support the installation of DSS, to include:

a.        Fiber optic connectivity from the local commercial communications central office to support all site telecommunications service and equipment

b.       Single-mode fiber optic ring configuration between buildings for network backbone outside plant (OSP) cabling.

c.        Category 6 inside plant (ISP) LAN cabling supporting end user devices and RF access point locations.

 

Note: Installation and maintenance of IT Network and End-User Equipment will be the responsibility of the Government.

 

D.      OPERATIONS
1.       Interested parties shall discuss the capability to:

a.        Provide Material Handling Equipment (forklifts, pallet jacks, container handlers, etc.)

b.       Build Air Line of Communications (463L) pallets and stuff containers.

c.        Ship hazardous and non-hazardous material in accordance with DoD regulations and applicable federal, local and international laws and regulations

d.       Provide licensed/certified Equipment Operators and a labor force (whether Third Country Nationals (TCNs) or Local Nationals (LNs)) capable of offloading, receiving, inspecting, storing, packing, packaging, issuing, cross docking, and transporting material.

e.        Ensure compliance with all country labor laws and obtain clearances to allow a portion of the workforce the ability to use IT systems containing US Government data, which is only in the English language.

f.        Provide an experienced English speaking distribution management team.

g.       Provide the minimum timeline to begin operations after authority to proceed to include a workforce hiring plan, conforming storage space, transportation of material, loading and unloading operations, and storage and issue of material.

 

E.      INTERESTED PARTY INFORMATION
1.       Interested parties responding to this notice should provide the following:

a.        The primary Point of Contact (POC) to discuss the Capabilities Statement, inclusive of the POC’s name, phone number and e- mail address

b.       Whether the Party is, or is not, a small business concern, a service-disabled veteran owned small business, or a HUB Zone business concern as defined in FAR 52.219-1 for NAICS Code 493110, or is a foreign entity.

c.        Whether the Party is, or is not, registered in the System for Award Management (formally known as the Central Contractor Registration)

d.       Whether the Party does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency.

2.       DLA Distribution will review all Capabilities Statements received. At the discretion of DLA Distribution, interested parties may be contacted to arrange for a site visit and interview to validate the information contained in their Capabilities Statement. A DLA Distribution representative could request the following information be made available to review at the site visit:

a.        Information describing hazardous substance sources, migration pathways, and human and environmental receptors

b.       Data relating to the varieties and quantities of any hazardous substances which may have been stored, used, released, or disposed on site

c.        Records of disposal practices and operating procedures at the site in order to identify locations of hazardous substances on site, hazardous waste haulers and generators

d.       Historic aerial photography for the proposed site to determine past practices which may have caused hazardous substance releases

e.        Information which will allow definition of the condition of real property.

3.       This is a Sources Sought Notice to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT NOTICE. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. No telephone calls will be accepted requesting a bid package or solicitation.

 

Please provide capability statements either by mail or email no later than 12 P.M. EST, February 16, 2017 and for additional information or questions, contact the contract specialist, Tom Semones.

 

Mail to:

DLA Distribution
Acquisitions Operations (J7)
ATTN: Tom Semones
430 Mifflin Ave., Suite 3102A
New Cumberland, PA 17070-5008
 

Email to:     Thomas.semones@dla.mil

Phone: (717) 770-6482


Tom Semones, Contract Specialist, Phone 7177706482, Email thomas.semones@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP