The RFP Database
New business relationships start here

Sources Sought for Direct Procurement Method Local Moves


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

SOURCES SOUGHT ANNOUNCEMENT


INTRODUCTION


The Army Contracting Command - Redstone, Base Operations Non-Garrison Contracting Office at Redstone Arsenal issues this sources sought synopsis as a means of conducting market research to identify interested Small Business sources with the resources to support the requirement for shipment and/or storage and related services through the Direct Procurement Method (DPM). The DPM
Program manages the shipment of domestic household goods, international household goods, and unaccompanied baggage shipments. DPM contracts are administered by local Personal Property Processing Offices and include packing, containerization, local drayage, delivery, unpacking, storage and related services. The intention is to procure these services on a competitive basis. The DPM contract is essential to reduce cost of small moves and ensuring compliance with Defense Transportation Regulation (DTR) Part IV, Chapter 404.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to interested sources regarding their submissions.


PLACE OF PERFORMANCE
Redstone Arsenal, Alabama


DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."


PROGRAM BACKGROUND


The Direct Procurement Method (DPM) Program was established to manage the shipment of domestic household goods, international-household goods, and unaccompanied baggage shipments. DPM contracts are solicited and awarded through a local Contracting Office. DPM contracts are administered by local Personal Property Offices to provide a comprehensive movement of small shipments and larger shipments to specific overseas location where other modes of shipment are not authorized. The DPM contract is essential to reduce cost of small moves and ensuring compliance with Joint Travel Regulations entitlements.


REQUIRED CAPABILITIES


The Contractor shall provide moving and storage services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).


If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, CAGE, physical address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


SPECIAL REQUIREMENTS: Approved Warehouse in Madison County, Alabama in accordance with Defense Transportation Regulation (DTR) Part IV Personal Property Appendix D.


ELIGIBILITY


The applicable NAICS code for this requirement is 484210 with a Small Business Size Standard of $27,500,000. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


A draft Performance Based Statement of Work (PBSOW) are attached for review.


Interested parties are requested to submit a capabilities statement of no more than four (4) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 1400hours, CDT, 29 May 2018. All responses under this Sources Sought Notice must be e-mailed to Kayla James, Contract Specialist, and Courtney Hawkins, Contracting Officer.


This documentation must address at a minimum the following items:


1.) Can or has your company managed a task of this nature? If so, please provide details describing the task(s) performed that support the same or similar requirement?


2.) What specific technical skills does your company possess which ensure capability to perform the tasks?


3.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.


4.) Provide a statement including current small/large business status and company profile to include CAGE, number of employees, annual revenue history, office locations, DUNs number, etc.


5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.


6.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


The estimated period of performance consists of 1 Base Year plus 4 Option Years, with performance commencing in September 2018. Specifics regarding the number of option periods will be provided in the solicitation.


The contract type is anticipated to be Firm-Fixed Price IDIQ.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.


Upon evaluation of the capability statements, determination will be made whether or not requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted, via email in either Microsoft Word or Portable Document Format (PDF) to the Contract Specialist, Kayla James (kayla.m.james15.civ@mail.mil) and Contracting Officer, Courtney Hawkins (courtney.r.hawkins5.civ@mail.mil).


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


No phone calls will be accepted.


All questions must be submitted to the Contract Specialist/ Contracting Officer identified above. 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 Sources Sought.


 


Courtney Hawkins, Contracting Officer, Phone 256-842-0088, Email courtney.r.hawkins5.civ@mail.mil - Kayla M. James, Contract Specialist, Phone 2568424476, Fax 2568424555, Email kayla.m.james15.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP