Bulk Baseline Weighing, Sampling, Testing, and Relocation

expired opportunity(Expired)
From: Federal Government(Federal)
SP800024R0002

Basic Details

started - 28 Feb, 2024 (2 months ago)

Start Date

28 Feb, 2024 (2 months ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
SP800024R0002

Identifier

SP800024R0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709038)DEFENSE LOGISTICS AGENCY (334248)DCSO COLUMBUS DIVISION #3 (3)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1.0 DESCRIPTION1.1 The Defense Logistics Agency (DLA) Strategic Materials Contracting Directorate is seeking information on how interested contractors can accomplish the weighing, sampling, testing, and relocation of ferrochromium and ferromanganese bulk ore lots (piles) at the Hammond, Indiana, Point Pleasant, West Virginia, and Scotia, New York storage sites.1.2 THIS IS A REQUEST FOR SOURCES SOUGHT (SS) ONLY. This SS is issued solely for information and planning purposes, and it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This SS does not commit the Government to contract for any service whatsoever. Further, DLA Strategic Materials is not at this time seeking quotes and will not accept unsolicited quotes. Responders are advised that DLA Strategic Materials will not pay for any information or administrative costs incurred in response to this SS, and all costs associated with response to this SS will be the sole responsibility of the
interested party. Not responding to this SS does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, the contract opportunity will be posted on SAM.gov website. The potential offeror is responsible for monitoring this site for additional information pertaining to this requirement.1.3 NAISC: 541990 – All other professional, scientific, and technical services2.0 BACKGROUND2.1 DLA Strategic Materials stores these materials outdoors on pads at DLA Strategic Materials storage sites. These materials are stored in segregated lots (piles) identified by unique lot numbers. The perimeter boundary of each lot (pile) has been surveyed and staked. Each lot (pile) has been marked with a numbered placard that corresponds with the lot (pile) number. Each lot (pile) may contain some contaminants such as pieces of broken concrete, pieces of lumber, etc. that the Contractor shall separate from the ferrochromium and ferromanganese (as applicable). A need has been identified to weigh and relocate these materials which involves, loading the material, weighing the loaded material utilizing a certified scale, relocating the material to a new storage pad location on-site, unloading and re-piling the material.2.2 Proposed Requirement: The Contractor shall provide professional material handling services to load, weigh, relocate, unload and re-pile all ferrochromium and ferromanganese lots and sub-lots (as applicable) at the DLA Strategic Materials storage sites. The Contractor shall also provide professional material sampling and material testing (chemical analysis) of all ferrochromium and ferromanganese lots and/or sub-lots (as applicable) at the listed DLA Strategic Materials storage sites during their loading, relocation or unloading.2.3 Proposed Period of Performance: The proposed Period of Performance shall be for one (1) base period of 12 months performance. 2.4 Security Requirements: No foreign nationals are permitted on DLA Strategic Materials’ sites at any time. No weapons, alcohol, or other prohibited items will be permitted on-site. All items brought on-site are subject to search by security personnel. Contractor employee access will be restricted to areas where services associated with the Performance Work Statement (PWS) are being performed. The Contractor shall provide a list of all Contractor employees authorized to perform the services/tasks listed in the PWS to the Contracting Officer’s Representative (COR) post award and prior to issuance of the notice to proceed. Personnel identified on this list will be allowed access to the installation. Personnel not included on the list may be allowed access to the property but must be escorted at all times by a person who is on the list.3.0 REQUESTED INFORMATION3.1 Bulk Baseline Weighing, Sampling, Testing and Relocation3.2 The scope of this requirement is to seek offers from contractors who are currently certified under NAICS code 541990, to provide professional material sampling, testing (chemical analysis) and handling services to load, weigh, relocate, unload and re-pile all ferrochromium and ferromanganese lots and sub-lots (as applicable) at the Hammond, Indiana, Point Pleasant, West Virginia, and Scotia, New York, DLA Strategic Materials storage sites, within a one (1) year period. Reference Attachment A – PERFORMANCE WORK STATEMENT, for additional information and specifications. Award will be a firm fixed-price, single contract award.4.0 GOVERNMENT REQUESTED INFORMATION4.1 All interested vendors shall submit a concise, one (1) page capability statement that explicitly demonstrates their capability to provide/perform the requirements as stated. If late information is received, it may or may not be considered depending on agency time constraints. The capability statement should be concise, yet clearly demonstrate an ability to meet the stated requirements. Any capability statement must include past performance, past government contract that are similar in nature, and outline how you could meet the requirement. The statement shall include answers to the following inquiries: a. General Information1. Please provide company information including: a. Name of Company. b. Address. c. Points of Contact (to include phone number and email address). d. Recent, relevant experience in all related areas. e. Firms responding to this announcement should indicate whether they are a large business, small business, 8(a) certified business, HUBZone, EDWOSB, WOSB, or SDVOSB. f. Company size status and CAGE code. g. Whether your company is domestically or foreign owned. If foreign owned, please indicate the country of ownership and any contemplated use of foreign national employees on this effort. h. Indicate if your company registered in the System for Award Management (SAM) https://www.sam.gov/.b. Performance RequirementsCan you relate your company’s capabilities to load, transfer, and unload bulk ferro-chromium and/or ferro-manganese ore while maintaining lot integrity?What type(s) of equipment would you utilize to load, transfer, and unload the bulk ore (e.g. excavators, front end loaders, DOT rated dump trucks, construction dump trucks (not rated for over the road transport by DOT, but with a higher load capacity) etc.)?What process would you use to maintain lot integrity to ensure comingling of different lots/types of bulk ores does not occur?Can you relate your company’s capabilities to provide accurate written documentation relating to the weighing of transferred bulk ores?What process will you use to operate calibrated scales to document the weight of transferred bulk ores?What written documentation will you provide to the government to certify the weight of transferred bulk ores (e.g. scale tickets etc.)?Can you relate your company’s capabilities and/or experience relating to the sampling of bulk ferro-chromium and/or ferro-manganese ore?What procedure will you use to obtain representative material samples?What process will you use to package and label samples of bulk ore to ensure each sample can be related to a specific lot of sampled material?4.2 Respond to the above questions by email, with an attached capabilities statement in Word Document, no later than Friday, March 29, 2024, 5:00 PM EST. Responses shall be submitted the Contract Specialist, Christopher Williams at Christopher.1.williams@dla.mil. Responses to the questions must NOT contain proprietary or classified information. Be advised that all submissions become Government property and will not be returned.4.3 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and email of designated point of contact.4.4 Recommended contract strategy.4.5 Business type (large business, small business, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) 541990 – All other professional, scientific, and technical services. “Small business concern” means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this requirement is generally defined as a business, including its affiliates, averaging no more than three million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business and multiplied by 52. Responders are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at: https://www.acquisition.gov/5.0 INDUSTRY DISCUSSIONS5.1 DLA Strategic Materials representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.6.0 SUMMARY6.1 THIS IS A SOURCES SOUGHT ONLY to identify vendors who can provide information for potential future requirements. The information provided in the SS is subject to change and is not binding on the Government. DLA Strategic Materials has not made a commitment to any of the items discussed, and release of this SS should NOT be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.Attachments:1. Performance Work Statement – Attachment A

USALocation

Place Of Performance : N/A

Country : United States

Office Address : 8725 JOHN J KINGMAN ROAD SUITE 1145 DCSO FORT BELVOIR , VA 22060-6223 USA

Country : United StatesState : VirginiaCity : Fort Belvoir

You may also like

IFB 10199899 Hazardous Material Sampling and Testing Service

Due: 29 Apr, 2024 (Today)Agency: Department of Water Resources

IFB 10199899 Hazardous Material Sampling and Testing Service

Due: 29 Apr, 2024 (Today)Agency: Department of Water Resources

Classification

naicsCode 54199All Other Professional, Scientific, and Technical Services