RFI Memo Sources Sought_JPPSO Recompete
The JBSA-Randolph Contracting Squadron, 502 CONS/JBKCB, is contemplating the acquisition of services to furnish all personnel, equipment, facilities, supplies, services, and materials for the preparat... The JBSA-Randolph Contracting Squadron, 502 CONS/JBKCB, is contemplating the acquisition of services to furnish all personnel, equipment, facilities, supplies, services, and materials for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services through the direct procurement method (DPM). The DPM requirement consists of Schedule I Outbound, Schedule II Inbound, and Schedule III Intra-city/Area services for the Houston and San Antonio, TX areas. The Government is seeking information on the availability of capable contractors to provide the aforementioned services in either the San Antonio, TX or Houston, TX area. Please see attached draft Performance Work Statement (PWS) for Packing, Containerization, and Local Drayage of Direct Procurement Method Personal Property Shipments. The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 484210 - Used Household and Office Goods Moving, the small business size standard is $27,500,000.00. Based on responses to this Request for Information (RFI), this requirement may be set aside for Small Business or procured through Full and Open competition. The Government reserves the right to decide whether or not a small business set-aside is appropriate. Interested firms are encouraged to recommend a more appropriate NAICS in their response; however, include the rationale for an alternate selection. This Request for Information (RFI) is issued for informational and planning purposes only. THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as a contractor offer, and no award will be issued as a result of this inquiry. This information will be used by the 502 CONS/JBKCB for market research purposes only, and the submitted information will not be returned. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. Interested parties are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request. The purpose of this RFI is to query the market for potential interested, capable, responsible, and qualified commercial small business offerors that can provide/perform the stated requirement. The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, from potential sources that have the capability to provide services to furnish all personnel, equipment, facilities, supplies, services, and materials for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services through the DPM. Interested and/or potential small business offerors are requested and encouraged to submit responses to the questions below under the Market Survey/Questionnaire, not later than 4:30 P.M. Central Time on 25 Feb 2019. No extension will be granted. **All correspondence resulting from this RFI shall be sent to sonya.rayford_cage.5@us.af.mil. ? Market Survey/Questionnaire shall include the following information: Entity Name: _______________________________ Name of point of contact: ____________________________ Phone number: ____________________________________ Email address: ____________________________________ CAGE CODE: ____________________________________ DUNS NUMBER: _________________________________ SAMS Registered? Y/N Daily Weight Capacity per Net Hundred Weight (NCWT): _______________ Do you have an approved and certified facility for DPM services? Y/N It is the government's intent in the forthcoming solicitation to require vendors to provide a certification indicating their DPM facility is approved and certified by the government. If you would like to have your DPM facility evaluated for certification, the point of contact is: USTRANSCOM Personal Property Division Storage Management Office (SMO) (618) 220-6292 transcom.scott.tcj5j4.mbx.pp-smo@mail.mil Is your company a small business as defined by the Small Business Administration? Y/N If YES, what are your small business certification(s) under NAICS Code 484210? Identify the following: 8(a): _____ HUBZone: _____ Service Disabled Veteran Owned Small Business (SDVOSB):_____ Small Disadvantaged Business: _____ Economically Disadvantaged Women-Owned Small Business (EDWOSB):_____ Women Owned Small Business (WOSB):_______ Place of Performance: The primary areas of performance where the majority of the services shall be performed in Texas (TX) counties: San Antonio, TX Area: Zone 1: Area 1: Bexar County Zone 2: Area 2: Atascosa, Bandera, Comal, Frio, Guadalupe, Kendal, Medina, and Wilson Counties, TX. Zone 3: Area 3: Blanco, Dewitt, Gillespie, Gonzales, Hayes, Kames, Kerr, Lavaca, Webb, Duval, Zapata, Jim Hogg, La Salle, and McMullen Counties. Zone 4: Area 4: Travis, Bastrop, Caldwell, Fayette, and Williamson Counties, TX. Houston, TX Area: Ellington Field - Zone 5: Area 1: Harris, Montgomery, Ft Bend, Galveston, Brazoria, Waller, Liberty, and Chambers Counties. Zone 6: Area 2: Jefferson, Hardin, Tyler, Polk, San Jacinto, Walker, Trinity, Houston, Leon, Madison, Austin, Colorado, Wharton, Jackson, and Matagorda Counties, TX, all points in Area I for Schedule III when pickup or delivery is Area II. Zone 7: Area 3: Jefferson, Hardin, Tyler, Polk, San Jacinto, Walker, Trinity, Houston, Leon, Madison, Austin, Colorado, Wharton, Jackson, and Matagorda Counties, TX. Primary Point of Contact (s): Contract Specialist Sonya Rayford Cage sonya.rayford_cage.5@us.af.mil Phone: 210-652-3787 Contracting Officer Marcus H. Mattingly Marcus.mattingly@us.af.mil Phone: 210-652-3058
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »