Skip to main content

An official website of the United States government

You have 2 new alerts

Internal Revenue Service (IRS), Office of Facilities Management/Security Services (FMSS), Logistics Services RFP No. 2032H8-23-R-00004

info alert

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: Solicitation (Updated)
  • Updated Published Date: Jun 15, 2023 03:46 pm EDT
  • Original Published Date: May 16, 2023 04:35 pm EDT
  • Updated Date Offers Due: Jun 30, 2023 12:00 pm EDT
  • Original Date Offers Due: Jun 15, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 15, 2023
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code:
    • 493110 - General Warehousing and Storage
  • Place of Performance:
    USA

Description

The purpose of this Amendment 00003 is to provide government responses to two (2) follow-up contractor questions
submitted in response to RFP Number 2032H8-23-R-00004.
The Q&A Excel sheet is attached to this
Amendment 00003. Additionally, Amendment 00003 amends Sections B, C.2.1.3, C.4, and L.4.1 to signify that Above Capacity Storage (CLIN X008 & Section C.2.1.3) and Real Estate Projects (CLIN X010 & Section C.4) are OPTIONAL. Section B has
also been amended to signify that CLIN X009 - Fixed Fee is only for CPFF CLINs X002-X007. All changes are
highlighted (including revisions from Amendment 00001 & Amendment 00002) on Pages 3-175 of Amendment 00003.

The purpose of this Amendment 00002 is to provide government responses to contractor questions submitted in response to RFP Number 2032H8-23-R-00004. The Q&A Excel sheet is attached to this Amendment 0002. As a result of the government responses, Sections C.2.1.3, L.4.4, and M.3.1 of RFP Number 2032H8-23-R-00004 have been amended as stated below. In addition, this Amendment 00002 issues an updated Attachment J-3 - Department of Labor Wage Determinations, an updated Attachment J-5, Technical Exhibit 1, an updated Attachment J-8 - Past Performance Questionnaire (amended due date), new Attachment J-11 - Contractor Employee On-Boarding Requirements, and new Attachment J-12 - Contractor Onboarding Job Aid for Post-Award Orientation Meeting. The amended sections are as follows:


1. C.2.1.3 Provide Above Capacity Storage
The contractor shall provide above capacity storage as approved by the CO. Above capacity storage shall be executed
and effective only after all other storage facilities are at full capacity.
The contractor shall notify the CO, in writing when 90% of the available storage space is occupied. The need for above
capacity storage will be approved in writing by the CO prior to acquiring the storage. The contractor shall provide a fully
supported cost estimate to the CO. A negotiated price for above capacity storage will then be incorporated into the
contract via modification.


2.  L.4.4  PAST PERFORMANCE QUESTIONNAIRE (Volume II, Part 4)
The Offeror must ensure that for each of the three relevant experience contract references included in the relevant
experience proposal volume, a completed past performance questionnaire (Attachment J-8) is returned to the CO no
later than the proposal due date and time of June 30, 2023, at 12:00 Noon EDT. The completed past performance
questionnaire shall be submitted directly from the reference to the CO; however, it is the Offeror's responsibility to
ensure their references provide the completed questionnaires on time to the CO.

3. M.3.1 TECHNICAL PROPOSAL EVALUATION
Factor 2 - Relevant Experience
The offeror will be evaluated on its relevant experience with warehousing, transportation, other Logistics Services and
the management of a geographically dispersed workforce that are similar in scope, magnitude, and complexity of the
requirements in this Performance Work Statement. The projects must have been underway for at least six months, and
either be ongoing or have been completed within the last five years. Similar in size, scope, and complexity means a
clear demonstration that projects cited are similar in dollar value, type and complexity of work assignments.


4. Section J Attachments
J-3 Department of Labor Wage Determinations
J-5 List of Technical Exhibits (Technical Exhibits 1 -17):  Technical Exhibit 1: Campus Radius Maps
J-8 Past Performance Questionnaire
J-11 Contractor Employee On-Boarding Requirements
J-12 Contractor Onboarding Job Aid for Post-Award Orientation Meeting

The purpose of Amendment 00001 is to extend the proposal submission deadline to June 30, 2023 at 12:00 Noon EDT.
It is anticipated that Amendment 0002 will be issued by June 9, 2023, and will provide government responses to contractor questions submitted in response to RFP Number 2032H8-23-R-00004.

The Office of Facilities Management/Security Services (FMSS) of the Internal Revenue Service (IRS) has an ongoing requirement for support services for its Logistics Services program. The contractor will support the IRS by providing Logistics Services. The contractor's support will include warehousing, transportation, repairs, other logistics services, and work order processing that directly or indirectly support approximately 88,000 plus IRS employees located at approximately 500 offices throughout the 48 contiguous United States, including 15 Campus/Computing Center locations, including the Washington DC Metropolitan Area, in accordance with the performance work statement. This solicitation is in conjunction with FAR 15 (Contracting by Negotiation) acquisition procedures and will be conducted via full and open competition. The North American Industrial Classification System (NAICS) code is 493110 with a size standard of $34,000,000.00. The current contract is 2032H8-18-C-00021.  The IRS requires logistics services that will provide the following:

  • A fully Automated Management Information and Inventory (AMIS).
  • Dependable, sustainable logistics services for the IRS workforce to support the processing either directly or indirectly of more than 250 million tax returns and the collection of nearly $3.3 trillion in revenue.
  • Adaptable and flexible services to meet the changing requirements at all IRS offices within the contiguous United States.
  • Property to the customer in a timely, safe, undamaged, clean, and usable condition.
  • Protection to personnel and property.
  • Cost effective services.

Contact Information

Contracting Office Address

  • 5000 ELLIN ROAD
  • Glenarden , MD 20706
  • USA

Primary Point of Contact

Secondary Point of Contact





History