Deployment Moving Services - Next National Geospatial Intelligence Agency West (N2W)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Sources Sought (Updated)
- Updated Published Date: Feb 22, 2023 10:55 am CST
- Original Published Date: Feb 15, 2023 03:25 pm CST
- Updated Response Date: Apr 03, 2023 05:00 pm CDT
- Original Response Date: Apr 03, 2023 05:00 pm CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: V129 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER
- NAICS Code:
- Place of Performance: Saint Louis , MO 63106USA
Description
Requirement Description
1. Purpose
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
- The intent is for industry to share their experiences with similar efforts and to provide comments and suggestions on providing NGA the required services. The Government plans to use the information provided by industry to develop a comprehensive procurement strategy.
- This RFI is the second round of requests related to this effort. The first RFI was posted under Notice ID HM157524R1001 and was originally published on Jun 01, 2021.
2. Description of Requirement
The contractor shall provide all labor, tools, materials, parts, supplies, components, equipment, transportation, travel, supervision, and management necessary to provide office relocation (moving) services to accomplish the N2W Deployment Execution Plan relocating (moving) office material, equipment, components, and items from their locations on South 2nd Street, St. Louis, MO, and on Vogel Road, Arnold, MO, to the new N2W campus located at the intersection of Jefferson and Cass Avenues in St. Louis, MO. Approximately 14,000 packing crates and 1,500 pieces of equipment will be moved to the new N2W campus. Office furniture and information technology (IT) equipment will not be moved, some exceptions may apply for items to accommodate medical or disability needs. The anticipated contract award date is in June 2024. Services to support move planning and preparation will last from contract award to September 2025 with the actual physical movement occurring from October 2025 to March 2026.
A draft Performance Work Statement and Quality Assurance Surveillance Plan are attached. The draft documents provide details on scope of move time frame and equipment requirements.
3. Administrative Information
Information to include the following as a minimum: Name, mailing address, overnight delivery address (if different from mailing address), phone number, company website, and e-mail of designated point(s) of contact.
Business Type: Based upon North American Industry Classification System (NAICS) code 484210 Van lines, moving and storage services
To be considered for a Small Business set-aside, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the responder. (FAR 52.219-14, Limitation of Subcontracting)
● Are you a Small Business? (FAR 19.102), If so, which type:
● Small Disadvantaged small business? (FAR 19.304)
● Service-Disabled small business? (FAR 19.14)
● 8(a) Small Disadvantaged small business? (FAR 19.8)
● HUBZone small business? (FAR 19.13)
● Woman-Owned Small Business? (FAR 19.15)
● Involved in a mentor and/or protégé program? (DFARS 219.71)
● Recommendation for another NAICS Code? Provide rationale for any NAICS Code applicable to the planned acquisition.
● Include Government Cage Code and DUNS number.
● Include additional details that are not already requested based on the constraints of the information request.
4. Requested Information
- Have you executed a large organization’s office relocation services similar to the description in the attached draft Performance Work Statement before? If so:
- Please provide the organization’s name, the contract number, how many personnel were relocated, when, and over what time period?
- Could you provide a customer POC for this/these effort(s)?
- How was this effort priced? Do you have contract pricing templates NGA could review?
- Did any of the efforts involve moving classified material?
- The Government is looking to use re-usable, plastic crates with flip top interlocking lids to move official material, to include books, paper records, etc. The crates would need to be sealed to ensure the accountability of the official government material during the move process. The crates would be provided to government employees to pack and seal the crates themselves. What type of crates would you recommend using? Are your recommended crates sealable and how would they be sealed?
- If some of the equipment needs calibration and testing, would you be able to perform or sub-contract out for this service?
- If an extreme weather event prevents movement of material and equipment in one week, would you be able to surge capability to conduct two weeks of moves in one week or extend the work week into the weekend?
- Do you have a cloud-based inventory system that scans and tracks material and equipment that is loaded onto a vehicle and transported from one Government facility to another Government facility? Does the inventory system provide real-time inventory status that can be accessed by the Government on a website? If so, please describe.
- Is there a wage premium for work conducted outside during normal work hours? Please provide the applied rate increase and when it applies.
- Please provide the type and size of trucks that would be recommended to be used for a move of this size?
- Please provide any questions or comments on the draft Performance Work Statement and Quality Assurance Surveillance Plan.
5. Responses
Interested parties shall respond to this RFI with a white paper and include the following:
● Response to Section 3 Administrative information and Section 4 Requested Information.
● Written responses shall not include proprietary information. Any responses that are marked proprietary will not be considered.
● The submitted white paper shall be in Microsoft Word or compatible format and shall not exceed 15 pages (Cover Sheet not included in count). Pages shall have a one (1) inch margin on all sides. Font type shall be Times New Roman 12 point.
● The first page of the submission must state the RFI title and provide the name, mailing address, phone number, fax number, company website, and e-mail of designated point(s) of contact. The first page shall also provide a short description of the company to include capabilities, company size and category (e.g., large, small, small disadvantaged).
● Responses to this RFI and any questions shall be emailed to the points of contact listed below no later than the specified deadline.
- Brandon Eherenman, Brandon.S.Eherenman@nga.mil
- Mary Kubik, Mary.E.Kubik@nga.mil
- Samuel Young, Samuel.E.Young.ctr@nga.mil
- Douglas Verseman, Douglas.H.Verseman@nga.mil
- Kenneth Lehrmann, Kenneth.M.Lehrmann@nga.mil
5. Meetings and Discussion
The Government representatives may or may not choose to meet with RFI respondents. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks.
6. Questions
The Government will consolidate questions related to this RFI and post the questions with NGA responses to SAM.GOV. Questions must be submitted no later than 2 weeks prior to the RFI response date or they may not be included in the question and answer posting.
7. Summary
This RFI is only intended for the Government to identify potential sources and to further develop the requirement. All responses to this RFI become Government property and will not be returned.
Attachments/Links
Contact Information
Contracting Office Address
- ATTN; L13-OCSS 3838 VOGEL ROAD
- ARNOLD , MO 630106238
- USA
Primary Point of Contact
- Douglas H. Verseman
- douglas.h.verseman@nga.mil
- Phone Number 3146760195
Secondary Point of Contact
- Kenneth M. Lehrmann
- kenneth.m.lehrmann@nga.mil
- Phone Number 3146760184
History
- May 16, 2023 10:58 pm CDTSources Sought (Updated)
- Feb 22, 2023 10:55 am CSTSources Sought (Updated)
- Feb 15, 2023 03:25 pm CSTSources Sought (Original)