Connect--GITM Warehouse Services (Formerly 2.2.3)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Feb 08, 2022 11:32 am EST
- Original Published Date: Jan 10, 2022 11:01 am EST
- Updated Date Offers Due: Feb 25, 2022 05:00 pm EST
- Original Date Offers Due: Feb 25, 2022 05:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 12, 2022
- Original Inactive Date: Mar 12, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S215 - HOUSEKEEPING- WAREHOUSING/STORAGE
- NAICS Code:
- 493110 - General Warehousing and Storage
- Place of Performance: USA
Description
*Adding wage determination*
**Amendment # A001,Request for Proposal (RFP) # 19AQMM21R0331 GITM Warehouse Services**
The U.S. Department of State (DOS), Office of Acquisition Management, Worldwide Division, Information Management Branch (AQM/WWD/IM) is issuing this amendment to competitive 8(a) RFP # 19AQMM21R0331 to make some clarifications. Accordingly, the following changes are made.
1. The attached questions and answer (Q&A) is provided and incorporated into the solicitation.
2. Note that this solicitation is only for the award of indefinite delivery/indefinite quantity contract (the more general warehouse service requirement), but a sample/conceptual first task order statement of work (SOW) is provided as Attachment A. While the draft/conceptual first task order will not be awarded as a result of this solicitation, the SOW is provided so that offerors can provide a better informed and more thorough response to the solicitation, to include proposed technical approaches and transition plans that address the more specific requirements in the SOW.
3. Section J, Attachments is reordered as to align with attachment lettering on the provided attachment documents.
ATTACHMENT A, Sample/Conceptual First Task Order Statement of Work
ATTACHMENT B, Price Worksheet - IDIQ Contract
ATTACHMENT C, Department of Labor Wage Determination 2015-4281 Rev 21
ATTACHMENT D, Draft DD 254, Contract Security Classification Specifications (not yet available)
ATTACHMENT E, Performance Deductions
ATTACHMENT F, Past Project/Contract Form
ATTACHMENT G, Past Performance Questionnaire (included in same MS Word doc as F, Past Project Form)
ATTACHMENT H, Positions Descriptions
ATTACHMENT I, Process Flow Charts (0.0 - 6.0, seven in all)
4. The proposal due date and time is February 25, 2022, 5:00 PM, Eastern Time.
5. Attachment H, Position Descriptions, Logistics Manager / Supervisor is a key position, and therefore “key” is added after the labor category title.
6. ATTACHMENT C, Department of Labor Wage Determination 2015-4281 Rev 21 is replaced with Department of Labor Wage Determination 2015-4281 Rev 21 (posted with amendment).
7. Under L 001 - INSTRUCTIONS TO OFFERORS, L.1 Proposal Preparations Instructions to Contractors, B. Technical Submission, Volume 1, Factor 1 – Past Performance, the following is added:
“While DOS desires and prefers to have past projects that were performed by the offeror as a prime contractor, it will also consider past projects performed by the quoter as a subcontractor/team member, past projects performed by a proposed subcontractor/team member, and past projects performed by key personnel. For past project performed as a subcontractor/team member, the quoter must include in its past project description its role, details of the precise work that it performed (as opposed to that performed by the prime contractor), and the percentage of work that it performed. For Quoters/subcontractors that are newly formed entities (in existence less than three (3) years from the issuance date of this solicitation) who either have no prior contracts or do not possess relevant corporate experience/past performance, but have key personnel with relevant experience/past performance
while employed by another company, the quality of such key personnel’s experience/past performance, as verified by DOS, may be considered if the submitted past project involves the key personnel performing the same role currently being proposed on this acquisition and this performance occurred during the past three (3) years from the issuance date of this solicitation. If this scenario applies to the quoter, the quoter shall explain on the past project form that the project was not performed by the quoter but by its key personnel, and shall detail the key personnel that worked on the project, their role, and the proposed role on the solicited requirement.
Note that only three total past projects shall be submitted, no matter if they are submitted for quoter (proposed prime contractor), subcontractor or key personnel.”
All emails regarding this solicitation shall include the solicitation in the subject line. Offerors that email their intent to submit a proposal must be eligible for award under the SBA 8(a) program (FAR 19.8).
____________ORIGINAL POSTING______________________
The U.S. Department of State (DOS), Office of Acquisition Management, Worldwide Division, Information Management Branch
(AQM/WWD/IM) is issuing this competitive RFP to solicit 8(a) contractors for Department’s Global Information Technology
Modernization (GITM) office warehouse services. DOS is conducting this best value acquisition in accordance with Federal
Acquisition Regulation (FAR) Parts 15, Contract By Negotiation and 19.8, Contracting with the Small Business Administration (The
8(a) Program). To meet GITM’s needs in support of the Department’s mission, Office of Acquisitions Management (AQM) seeks
to establish Warehouse Management contract that will encompass the overarching needs across the various programs within the
department. While we know what the current strategic needs are, we need a solution that will be flexible enough to accommodate
future needs within IRM.
This requirement is 100% set-aside for SBA certified 8(a) small businesses in accordance with FAR 19.8. Eligibility will be
determined by the SBA as of the time of submission of initial offers which include price. Eligibility is based on Section 8(a) program
criteria. An 8(a) participant must represent that it is a small business in accordance with the size standard corresponding to the NAICS code assigned to the contract (FAR 19.805-2). The NAICS code for this procurement is 493110, General Warehousing and Storage with a SBA small business standard of $30.0M, Average Annual Receipt Amount (past three years).
Approximately two to four indefinite delivery/indefinite quantity (IDIQ) contracts will result from this RFP. Offerors are required
to submit a proposal for the IDIQ contract awards. This procurement includes three phases with a down selects determined after the first two phases. The first two phases will conclude with selection of offerors for further consideration for the IDIQ contract awards.
The third phase will conclude with offerers being selected for IDIQ awards. The Government estimates, but does not guarantee, that
the volume of purchases through these IDIQ contracts will be approximately $51,000,000 over a five-year period of performance.
Once an Offeror has determined that it intends to submit a proposal, it shall immediately contact DOS by emailing Mr. Thuman at
ThumanWG@state.gov and shall assure that the email includes the solicitatin number on the subject line and that its has been received by obtaining a response. Offerors that email their intent to submit a proposal must be eligible for award under the SBA 8(a) program (FAR 19.8).
Proposals are due no later than 5:00 P.M (Eastern Time), February 23, 2021. Submissions shall be made via email to Glenn Thuman (acquisition consultant contractor) at ThumanWG@state.gov . Failure to submit a response by the time and date established may result in the proposal not being considered. Contractors shall notify Mr. Thuman via the above email address of their intent to submit a proposal as soon as possible. All emails concerning this solicitation shall include the solicitation number in the subject line.
NOTE: Contractors must contact Mr. Thuman via email within one business day of submitting a proposal to confirm Government receipt of a proposal package. Due to email and server limitations, please limit the size of each email to no more than 10 MB. By submitting proposals, contractors agree to comply with all terms and conditions as set forth in this solicitation, including the Attachments.
Please submit any questions regarding this requirement immediately via email but no later than 5:00 P.M, January 17, 2021 to ThumanWG@state.gov . Offerors may contact Mr. Thuman while preparing a proposal to obtain clarification of the statement of work or for other information needed to prepare a proposal. We will provide pertinent information in that regard to Offerors, as appropriate.
See the attached RFP for complete proposal requirements.
Attachments/Links
Contact Information
Contracting Office Address
- US DEPT OF STATE, 2201 C ST NW
- WASHINGTON , DC 20520
- USA
Primary Point of Contact
- Glenn Thuman
- thumanwg@state.gov
Secondary Point of Contact
- Michael Dickson
- dicksonms@state.gov
History
- Mar 12, 2022 11:55 pm ESTSolicitation (Updated)
- Feb 08, 2022 09:41 am ESTSolicitation (Updated)
- Jan 10, 2022 11:01 am ESTSolicitation (Original)