SOURCES SOUGHT
S -- Contractor Owned Contractor Operated Distribution Facility in South Korea and Japan
- Notice Date
- 8/31/2017
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
- ZIP Code
- 17070-5008
- Solicitation Number
- SP3300-17-SS-5014
- Archive Date
- 9/21/2017
- Point of Contact
- BRIAN R ROSE, Phone: 717 770-4673, Meg M Ross, Phone: 717 770-6611
- E-Mail Address
-
brian.rose@dla.mil, margaret.ross@dla.mil
(brian.rose@dla.mil, margaret.ross@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought and Request for Information (Contractor Owned Contractor Operated) SP3300-17-SS-5014 The Defense Logistics Agency (DLA) Distribution is issuing this Sources Sought Announcement for planning purposes only. The DLA is looking to determine if there are commercial solutions for providing contractor managed climate controlled warehouse storage in the countries of South Korea and Japan. General scope of this requirement is to provide information on: (A) indoor climate controlled storage; (B) security; (C) information technology infrastructure (cabling and power) and telecommunications. Instructions to Interested Parties: Interested parties are requested to provide a Capabilities Statement that presents a brief overview of the parties' capability to perform each of the lettered and numbered requirements detailed in Section A (Climate Controlled Storage Space), Section B (Security), Section C (Information Technology), as well as providing the requested information in Section E (Interested Party Information). The Capabilities Statement shall address each of the lettered and numbered requirements in the same order they are listed in this Sources Sought Notice so that the Government can establish that the interested party is capable of meeting all of the requirements. A. Indoor/Climate Controlled Storage Space 1. The Government's requirement for space includes indoor storage space at each location. Interested parties' capability statement shall address: a. The current available indoor gross square feet to meet the following need: Indoor Gross Square Feet/TOTAL Korea General Purpose (GP) Warehouse Climate Controlled: 100,000 - 260,000 Japan General Purpose (GP) Warehouse Climate Controlled: 100,000 - 260,000 b. Location and street address, of the proposed warehousing. 2. Briefly address adherence to all host nation laws, regulations, building codes, and sponsorships, as well as applicable federal, DoD, DLA and host nation standards, regulations, building codes, and policies, including environmental guidelines. If the facility does not currently meet the above standards, discuss timeline and a brief overview of the plan to ensure compliance. 3. Each proposed warehouse location must meet the minimum requirements below: a. Site must be accessible via paved roads and throughout the year. Site must be above flood plains and offer proper drainage. b. Building should be well constructed so that the stored goods are protected even in extreme weather conditions. c. The floor of the warehouse should be on a higher level than areas outside. It must withstand the weight of the stored cargo and of the machines operating inside the warehouse; the minimum requirement is 9 tons/ square meters (2240 lbs/sqft). As floor material polished concrete, bitumen and concrete or plastic material are acceptable. No loose particles are allowed on the finishing surface of the floor. The maximum inclination of the floor is 1/200. d. Doors and aisles for warehouse traffic must be wide enough for vehicles and forklifts to meet and pass and there must be sufficient operating space in the loading areas. e. Adequate lighting with minimum illumination of 200 candelas is required. Fluorescent tube lamps and gas-discharge/luminous discharge lamps (HQL, NVA-T, HQI-T, HQI-BT types) are allowed. All lamps must have protective glass. The safety margin from the highest point of the cargo stored to the lamps is one meter. f. The space of the warehouse should be separated by firewalls if the total area exceeds 10,000 square meters or less if locally required. An automatic fire and smoke detection system must be installed. Smoke venting arrangements in the roof must be installed. Extinguishers, fire water post, alarming bells, buttons, markings etc. have to be placed according to the national building regulations. g. Security matters such as gates, fencing, monitoring, locking of the doors, alarming etc. have to be managed so that the cargo stored in the warehouse will remain intact from intruders during the whole warehousing period. h. Office for administrative work and capable of supporting information technology. Office space must be secure, lockable and climate controlled. i. Adequate power and power outlets accessible throughout the location. Electrical system must be capable of supporting normal building functions (lights, hot water heaters, HVAC equipment, etc.) as well as sufficient capacity to support heavy load auxiliary equipment. Provide the Square footage for indoor storage space that a) Is an environmentally controlled, air conditioned (Climate-Control) interior. i.Sustain temperature range between 50.0 and 57.0 degrees Fahrenheit and a humidity of 65% or less (with 60% the ideal humidity) b) Shows what the clear stacking height is in the storage areas. c) Has restroom/breakroom facilities d) Has office space and whether that office space is secure, lockable and climate controlled. B. SECURITY and ANTITERRORISM 1. Interested parties' capability statement shall address the ability to comply with all DoD mandated security requirements as well as DLAM-5200.08 - Physical Security Program. Perimeter fencing and proper security lighting to enable around the clock operations. Conforms to standards listed in UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, and UFC 4-010-02, DoD Minimum Antiterrorism Standoff Distances for Buildings. If the facility does not currently contain all of the security or antiterrorism requirements, the Interested Party shall discuss capability, timeline and a brief overview of the implementation plan to achieve the appropriate security measures which may include implementing compensatory measures sufficient to qualify for a waiver of the standoff criteria. Copies of the DLAR and DLAM can be obtained by contacting the POC listed in Section E. C. INFORMATION TECHNOLOGY 1. In addressing the IT capabilities, interested parties shall address the capability to install power and cabling to support: a. Fiber optic connectivity from the local commercial communications central office to support all site telecommunications service and equipment b. Single-mode fiber optic ring configuration between buildings for network backbone outside plant (OSP) cabling. c. Category 6 inside plant (ISP) LAN cabling supporting end user devices and RF access point locations. D. INTERESTED PARTY INFORMATION 1. Interested parties responding to this notice should provide the following: a. The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC's name, phone number and e- mail address b. Whether the Party is, or is not, a small business concern, a service-disabled veteran owned small business, or a HUB Zone business concern as defined in FAR 52.219-1 for NAICS Code 493110, or is a foreign entity. c. Whether the Party is, or is not, registered in the System for Award Management (SAM). (Formally known as the Central Contractor Registration (CCR). d. Whether the Party does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency (DCAA). 2. The DLA Distribution will review all Capabilities Statements received. At the discretion of DLA Distribution, interested parties may be contacted to arrange for a site visit and interview to validate the information contained in their Capabilities Statement. A DLA Distribution representative could request the following information be made available to review at the site visit: a. Information describing hazardous substance sources, migration pathways, and human and environmental receptors b. Data relating to the varieties and quantities of any hazardous substances which may have been stored, used, released, or disposed on site c. Records of disposal practices and operating procedures at the site in order to identify locations of hazardous substances on site, hazardous waste haulers and generators d. Historic aerial photography for the proposed site to determine past practices which may have caused hazardous substance releases e. Information which will allow definition of the condition of real property. 3. This is a Sources Sought Announcement to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT REQUEST. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. No telephone calls will be accepted requesting a bid package or solicitation. Please provide capability statements either by mail or email no later than 12 P.M. EST, Wednesday, September 6, 2017 and for additional information or questions, contact the contract specialist Brian Rose at brian.rose@dla.mil. Mail to: DLA DISTRIBUTION ATTN: BRIAN ROSE ACQUISITION OPERATIONS (J7) 430 MIFFLIN AVE, SUITE 3102A NEW CUMBERLAND, PA 17070-5008 Email to: brian.rose@dla.mil and margaret.ross@dla.mil Please use Subject: Response to SP3300-17-SS-5014 COCO Japan/Korea Phone: (717) 770-4673
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-17-SS-5014/listing.html)
- Record
- SN04657104-W 20170902/170831233623-283a1fa7ef0e0a5a011f947eb463af3d (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 |