SOLICITATION NOTICE
R -- Passport Supply Management Services
- Notice Date
- 4/8/2015
- Notice Type
- Presolicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA15R0191
- Archive Date
- 5/8/2015
- Point of Contact
- Deborah A. Carey, Phone: 703-875-4229
- E-Mail Address
-
careyda@state.gov
(careyda@state.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Department of State; Office of Acquisition Management, on behalf of the Bureau of Consular Affairs (CA), Passport Services Directorate (CA/PPT) is seeking a highly qualified contractor to provide a comprehensive integrated inventory management solution for the Passport Agency and Center, Passport Book Print Facilities, Acceptance Facilities (both Postal and non-Postal), and other Federal Passport Partners (i.e. Department of Homeland Security). This service is a critical component of the passport issuance system that will enable efficient passport production throughout the entire country. A chief responsibility of CA is to carry out the Secretary of State's authority to issue U.S citizens secure travel documents while providing the highest level of customer service, professionalism, and integrity. Each year millions of Passport Books and Cards are issued to U.S. Citizens worldwide. PPT is responsible for issuing passports to eligible U.S. citizens who apply. Passport Headquarters (CA/PPT/HQ) manages a network of domestic Passport Centers and Agencies located throughout the U.S. to carry out this responsibility. PPT/HQ, including its Regional Offices, oversees twenty-nine (29) Passport Agencies and Centers, two (2) Passport Book Print Facilities, and approximately 7,584 Acceptance Facilities (5,187 Postal Facilities and 2,397 Non-Postal Facilities) nationwide. CA/PPT/HQ is ultimately accountable for secure and timely issuance of Passports to U.S. citizens. CA/PPT/HQ manages workflow, work processes, internal controls and other crucial functions to ensure the integrity and security of Passport operations. A critical component to support this activity is the inventory, distribution, and maintenance of prescribed levels of supplies, forms, and documents. The Government is seeking a robust solution that will encompass the Supply Management Program (SMP) and the Automated Inventory Management System. This system should provide CA/PPT management with a web-based dashboard/portal that provides complete program awareness at all times during the contract. The contractor shall be ISO 9001:2000 certified by the International Organization for Standardization. The contractor shall have a Government-Approved Purchasing System. The Contractor shall have the "Full Version" of Adobe Acrobat (not Adobe Reader) to enable font embedding on printable passport forms. The contractor shall provide all program management, administration, labor, equipment, facility, systems, and materials to maintain the CA/PPT Supply Management Program. Responsibilities include the planning, development, management, quality control, reporting, operation and maintenance of systems dealing with the acquisition, movement, and the maintenance of supplies. Typical tasks include, but are not limited to, warehouse operations, storage, packing, crating, staging, shipping, receiving, bar-coding, fulfillment operations, acquisition of supplies, vendor, and inventory management. The required items to be supplied are specific critical and expendable supplies needed for optimal operation of passport related facilities nationwide. The desired automated system must be able to monitor the volume of documents produced at each facility and initiate the shipment of supplies to specific facilities when critical ordering thresholds are met. This system will also monitor other expendable supply levels in addition to critical supplies, set threshold levels, and complete the ordering and delivery of those supplies to the Supply Management program Customers. Shelf life, storage capacity, and inventory levels will be taken into account and incorporated into the system. Information regarding types and quantities of supplies will be furnished by DoS. The contractor shall be required to perform warehousing services and may be required to perform services before and after normal government work hours in the case of an emergency. During peak periods the contractor may be required to hire additional personnel to meet supply demands. The primary performance task is to set up and operate a clean, organized Supply Management Facility (SMF) that provides supplies and material as requested for all CA/PPT Customers. The contractor shall maintain a supply inventory, purchased by the Contractor, to provide to CA/PPT Customer for issuance. Label and organize stocked items so that they are easy to identify and locate. Establish stock ranges and levels that will be adequate to insure supply/material availability and assure continuous on the shelf supply. The Contractor shall maintain the correct inventory level of stock items necessary to support the Government's demand and delivery requirements. The Contractor shall add and maintain items to the CA/PPT inventory at the request of the Government. The Contractor shall be required to establish stock levels based on the supply inventories based on usage. The Contractor may recommend the addition or deletion of items to/from the Inventory List depending on consumption data, which must be maintained by the Contractor. The inventory list of supplies may be modified by the Government and will be supplied to the Contractor as changes in material requirements occur. The entire material inventory function, order placement process and delivery of supplies shall be managed by the Contractor utilizing their compatible software. The Contractor shall use the Government Printing Office (GPO) for printing of some specific items. The Contractor shall be able to provide a modern facility with adequate warehouse and office space to support the program. The warehouse facility shall provide all operational services from a contractor provided facility. The facility shall be located within close proximity thirty (30) miles to the National Passport Center at Portsmouth, New Hampshire 03801. The facility will have appropriate power and telecommunications and have minimum of 5,000 square feet. The contractor will ensure that the storage facility meets all local and Occupational Safety and Health Administration (OSHA), fire regulations, state and local licenses and insurance regulations. Within the facility the Contractor shall manage the receiving, shipping and storage of publications, forms, and other related materials and supplies. The facility will have a loading dock consisting of at least one (1) bay, and all associated ramps, which is accessible to the smallest cargo vans and the longest tractor-trailer. The storage area provided shall be such an environment that paper products stored up to two years will show no degradation in quality and shall remain suitable for shipping for up to five years. The Contractor shall provide necessary equipment; fork lifts, banding equipment, pallet jacks, etc., required for loading and unloading trucks as well as placing bulk items or pallets in appropriate locations on racking. The Contractor shall be able to set aside approximately 1,000 square feet of the area to house contractor personnel and will provide a variety of furniture items such as desks, chairs, credenzas, bookcases, safes, file cabinets, tables, cartons of office supplies, IT, communications, computers, weight scales, and tables. The Government anticipates making a single award hybrid type contract that is Fixed Price Labor Hour (FP) Contract Line Item Numbers (CLINs) and Cost-Reimbursable (CR) CLINs type contract for Government approved Other Direct Costs (ODCs) such as facilities, materials and/or supplies. It is anticipated that the requirement for this service will be for a base year, and four (4) one year options periods staring in FY2015. The North American Industry Classification Code for this requirement is 541514, Inventory Planning and Control Management Consulting Services. The Product Service Code is R706, Logistics Support Services. A facility clearance of SECRET is required. Personnel security clearances range from SECRET to MRPT which depends on the function/role of personnel. A Request for Proposals (RFP) will be issued on or about 15 days after the posting of this notice. This requirement is an 8(a) competitive set-aside. This will be a competitive best value trade-off procurement conducted in accordance with the rules in the Federal Acquisition Regulation (FAR) part 15. The Government will award a contract to the Offeror who is deemed responsible in accordance with FAR Part 9 and whose proposal conforms to the solicitation requirements and determined to be the best value by using a tradeoff process. The Government will not entertain any questions at this time but questions may be posed once the solicitation is released during a specified time frame. No solicitation exists at this time; therefore do not request a copy of the solicitation. The solicitation and supporting documents will be posted in FEDBIZOPPS. Proposals in response to the RFP shall consist of a written submission as described in Section L of the RFP and will be evaluated in accordance with the instructions in Section M. All written proposal submissions shall be submitted to the address listed in the RFP. The date and time when proposals are due will be specified in the RFP. Responses received after the specified date and time will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0191/listing.html)
- Place of Performance
- Address: Contractor provided facility located within a close proximity of thirty (30) miles to the National Passport Center at Portsmouth, New Hampshire., Portsmouth, New Hampshire, 03801, United States
- Zip Code: 03801
- Zip Code: 03801
- Record
- SN03693106-W 20150410/150408234845-94990444200e8471e5357ea0f6f49344 (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 |