Inactive
Notice ID:W91B4N-19-Q-2009
The Regional Contracting Command-Afghanistan is issuing this sources sought synopsis as a means of conducting market research to identify potential parties having an interest in and the resources to s...
The Regional Contracting Command-Afghanistan is issuing this sources sought synopsis as a means of conducting market research to identify potential parties having an interest in and the resources to support this requirement for Afghanistan National Defense Security Force (ANDSF) FMS Vehicle Processing and Storage. The potential solicitation is aimed to consolidate the efforts currently served by Contracts W56SGK-16-P-0042 for ANDSF Vehicles Storage, North American Industry Classification System (NAICS) Code 493190; and W91B4N-18-P-2018 for FMS Waypoint Logistics; NAICS Code 493110. The result of this market research will contribute to determining the method of procurement. The objective of this requirement is for the contractor to provide/operate a logistic waypoint by providing a minimum of 145,000 square meters storage compound that is dedicated, walled, and secure. Within this compound, it is expected that the contractor performs supply chain management functions including repositioning, receiving, inspecting for shipping damage and pilfering, completing Transportation Discrepancy Reports (TDR), Estimated Cost of Damages (ECOD), conducting minor repair, inventorying, storing, inputting the inventory into Core-Inventory Management System (Core-IMS), and title transferring of vehicles and cargo to the Afghanistan National Army (ANA) and Afghanistan National Police (ANP). The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, security, and other items and non-personal services necessary to provide a logistics waypoint within a walled secure storage compound. The contactor shall provide all management, supervision, tools, appropriate equipment and labor to load, offload, trans-load, and move containers and pallets of cargo/materials, as well as perform vehicle waypoint operations, except for those items specified as government furnished property and services. For cargo, the average number of containers to be inventoried on a daily basis is fifteen (15) containers (ranging in size from 20 feet to 40 feet in length), with a capability of thirty (30) containers per day no more than five (5) times a year. For vehicles, the average number of vehicles to be received and inventoried is 70 per week with surges up to 200 vehicles per week. The contractor must also be prepared to store up to 1,000 vehicles for excess storage in the event that there are temporary delays in title transfer and distribution. The contractor shall accomplish the receipt, inventory, storage and issue of supplies as directed by Combined Security Transition Command - Afghanistan (CSTC-A), Security Assistance Office - Afghanistan (SAO-A), for each task and responsibility outlined in this PWS. Items received, inventoried, and accounted for by the contractor include: Coalition Foreign Military Supply (FMS) cases of logistic supplies, locally procured supplies, and North Atlantic Treaty Organization (NATO) Support and Procurement Agency (NSPA) cargo. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. This sources sought is not binding the Government to enter into any contract action. This sources sought is being issued as an invitation to all capable businesses that are interested in becoming prospective vendors. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to provide the requested supplies that are consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to fulfill the above-listed requirement are invited to submit a response to this Sources Sought Notice by 5:00 P.M. Afghanistan time on 03 June 2019. The interested parties shall provide a statement verifying that they possess the necessary skills and resources required to perform this service. All responses under this Sources Sought Notice must be emailed to jianhua.j.ye.civ@mail.mil. If you have any questions concerning this opportunity, please contact: Jianhua J. Ye Contract Specialist RCC-Afghanistan Jianhua.J.Ye.Civ@mail.mil