Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOURCES SOUGHT

X -- USAID - U.S. Warehouse - RFI

Notice Date
7/26/2012
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
 
ZIP Code
20523
 
Solicitation Number
TRN-12-020
 
Archive Date
8/16/2012
 
Point of Contact
John J. Abood, Phone: 202-712-1779
 
E-Mail Address
jabood@usaid.gov
(jabood@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and Request for Information (RFI): This notice and RFI is to identify private sector capability to provide the government with warehouse and logistic services in the United States. This is not a solicitation of proposals, and the government will not make a contract award as a result of this notice and RFI. The U.S. Agency for International Development (USAID), Office of Food for Peace (FFP), is responsible for the management of the Title II Food for Peace program. Within this program FFP has a requirement for the warehousing, storage and handling of pre-positioned food aid commodities. The eventual contractor will be required to provide all personnel, equipment, tools, materials, supervision, and quality control services necessary to provide the receipt, handling, storage, fumigation, transport and re-delivery of our government-owned food aid commodities. Such commodities will consist of bagged and packaged agricultural products to be used to respond to humanitarian emergencies worldwide. The expected food commodity tonnages to be stored range between about 5,000 metric tons and 30,000 metric tons. Each metric ton requires about one square meter of space, and bagged and packaged commodities may be placed in stacks. Any future solicitation will seek proposals for warehouse services at a location within the continental United States. Interested and potential offerors will be required to propose warehouse space and warehouse and logistics services that meets the government's requirements for the receipt, storage, protection and re-delivery of our food commodities. However, any ultimate contractor need not maintain open warehouse space when storage is not required by the USAID food aid program. It is anticipated that the warehouse location will be in use continuously throughout the duration of the resulting contract. USAID requires the United States-based warehouse to be located in close proximity of an F.A.S. ocean port vessel berth having the ability to load break-bulk cargo vessels; is serviced by direct rail; and the government has a preference for the U.S. Gulf region. Any resultant contract will be a firm fixed rate contract with a base year and four one year option periods. The government will fix rates for storage each year of the contract and will fix rates for various receipt and handling processes during each year of the contract. Initial period of performance is estimated to be from October 1, 2012 through September 30, 2012. The North American Industry Classification System (NAICS) is 493110 with a small business size standard of $25.5 million in revenue. The solicitation for this acquisition and any amendments will only be available from the following Federal Business Opportunities website: http://www.fbo.gov. This agency has not made a final commitment to procure the stated requirement and this notice and RFI should not be construed as a commitment to reimburse, or authorization to incur costs, in anticipation of such procurement. This agency is interested in obtaining responses to this RFI from prospective contractors, but no respondent shall be reimbursed for providing this information; therefore, USAID will accept the requested information in whatever format it is provided. All information provided shall become the property of USAID and will not be returned. The solicitation for this procurement is expected to be issued in August 2012. Electronic responses are requested by 1500 EDT on Wednesday August 1, 2012. Responses should include a point of contact, telephone number and e-mail address. Interested parties capable of performing this requirement should e-mail responses to: Mr. Enrique Steiner at ESteiner@USAID.GOV. Responses to this notice must be received electronically. Paper media will not be accepted or opened. Please be advised that all information received in response to this sources sought notice will be considered procurement sensitive and will be handled accordingly. Companies expressing an interest in this work are encouraged to submit a statement of capabilities as detailed below. The following market research will help USAID determine the most suitable approach to acquire the services identified in this sources sought notice and RFI: 1. Does your business currently provide the services described in this RFI? As a primary warehouse owner or via a sub-contract or lease agreement? 2. Is your business considered a large business or small business under the NAICS code ? 3. Who are your current customers for your warehouse storage and handling services? 4. What is the cubic footage of your available warehouse space? 5. How is your service priced ( per square foot, per metric ton, per month)? 6. Can your warehouse meet the broad specifications above and provide the estimated space for up to 30,000 metric tons of packaged commodities? 7. Briefly describe how your business would perform the requirements described in this RFI including delivery to an FAS ocean vessel berth position. Any information submitted in response to this sources sought notice and RFI is voluntary. This RFI does not constitute a Request For Proposal (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the government's ultimate acquisition approach. The Government will neither award a contract on the basis of this notice, nor pay for any information that is submitted by respondents to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/TRN-12-020/listing.html)
 
Place of Performance
Address: Continental United States Region, United States
 
Record
SN02816080-W 20120728/120726235525-71a8ab24f8695a2f9f7e835c30c25ad2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.