Posted: Aug. 14, 2020, 12:11 a.m. EDT
The Department of State has issued a Request for Proposal (RFP) for Moving and Storage (to include Packing and Crating) of Household Effects and Privately Owned Vehicles (POVs) arriving in and departing from the Washington, D. C. Metropolitan area for U.S. Government employees serving overseas. The RFP requires non-personal services for the provision of all necessary labor, materials and facilities for: pickup; receipt; weighing; preparation of packing list(s), inventories, and other appropriate documentation; placement into temporary storage; placement into non-temporary storage; placement into controlled storage; export packing; delivery to pier; local delivery, unpacking and all related services; servicing of appliances associated with the to/from residence; and long-term storage of household and personal effects and POVs. For purposes of this contract effort, the contractor's place of performance and warehouse facilities must be within a fifty (50) mile radius of the Washington Monument, Washington, D.C. (eighty kilometer radius of the Washington Monument).
This acquisition will be a partial small business set aside, lowest priced technically acceptable award. The contract vehicle will be multiple award Blanket Purchase Agreements (BPAs) with four award pools to include small and large businesses. Award pools are as follows:
Export and Storage: 10 awardees
Controlled Storage: 4 awardees- selected from Export Award pool
Inbound: 10 awardees
POV: 4 awardees
The Department will assign volume to awardees based upon their pricing and acceptable technical capability as evaluated from their proposals submitted in response to the RFP, with an acceptable pre-award survey of facilities. The National American Individual Classification Standard (NAICS) code for this procurement is 484210. Offerors may propose performing for all of the award pools or any number of the award pools as long as they offer services for all the Contract Line Items (CLINs) and requirements for that particular award pool. The BPAs awarded under this RFP will be for up to 5 years, and satisfactory performing BPA holders may be extended under a Sunset Period clause for an additional 66 months for retaining long-term HHE, Controlled, and POV storage.
For this acquisition the Department of State seeks:
Experienced moving and storage companies that are equipped to handle large volumes of tonnage on a daily basis with adequate staffing for all shipment types.
Experienced companies that are familiar with the various requirements for handling all shipment types set forth in the BPA.
Companies able to service a range in volume (maximum/minimal) for the freight categories Export/Storage, Controlled Storage, Inbound Freight, and Privately Owned (POV) Vehicles.
Companies that provide strict and transparent adherence to the Fair Labor Standards Act and Service Contract Labor Standards.
Companies that have adequate warehouse space with ready ability for expansion for the freight categories Export/Storage, Controlled Storage, Inbound Freight, and POV for up to 5 years and beyond, if required.
Companies that have adequate financial resources and financial stability to perform the required services for up to 5 years and beyond, if required. Companies submitting proposals in response to the RFP must have and maintain current financial records and accounts with Dun & Bradstreet.
Minimum contractor capability requirements are as follows for this procurement:
Daily Minimum Required Capability:
- Export packing of unaccompanied baggage and layette shipments
- CLIN 2215C Ten (10) allocations
- Export packing of personal effects
- CLIN 2231A, B and E 15,000 lbs.
- Storage in transit for packed effects awaiting release
- Pack personal effects and prepare for continued storage
- Pickup or receive POV and prepare for continued storage
- CLIN 2231X and Y Five (5) allocations
- Pack personal effects and prepare for controlled storage
- CLIN 2231MC and MD 1,000 lbs.
Minimum Required Continued Storage Volume Capacity:
- Maintain facility for authorized continued storage of personal effects
- CLIN 2509B 3,000,000 lbs.
- Maintain facility for authorized temperature controlled storage of personal effects
- Maintain facility for authorized vault controlled storage of personal effects
- Maintain facility for authorized cold controlled storage of personal effects
- Maintain facility for authorized POV storage
- Maintain facility for authorized hybrid POV storage
- Maintain facility for authorized electric POV storage
The RFP requires the electronic submission of a technical proposal (to include past performance) and a price proposal. Proposals responding to this solicitation, are to be a maximum of two emails, in separate parts. Each email is to be no larger than 8MB. One email is to contain the offerors technical proposal, the other email is to contain the offerors price proposal with completed Attachments B1 B4 provided in Microsoft Excel. Offerors assume the full responsibility of ensuring that proposals are received complete and on time. Offerors are strongly encouraged to submit their offers early and to not wait until the last minute prior to the proposal deadline. Waiting until the last minute to submit emails as large as 8 MB may overwhelm the Department's servers and be delayed in being received into the necessary email inboxes. Proposals are due no later than 12:00pm EDT September 1, 2020.
Questions related to this RFP are due no later than 3:00pm EDT July 27, 2020, to ensure a timely response. Questions received after that date may not be answered prior to the date established for the receipt of proposals.
Amendment 19AQMM20R0171-A0001 has been posted on this announcement on August 7, 2020, along with the Questions and Answers document. Please review the revised RFP attachments E, I, and J, and please review the 19AQMM20R0171-A0001 Continuation Page for specific information on sections of the RFP that have been amended and are hereby in effect. A conformed PDF copy of the amended RFP will be made available once the Department's GFMS Momentum contract management system update is complete, but may not be uploaded to beta.SAM prior to the receipt of proposal deadline. Prospective vendors are to pay close attention to the 19AQMM20R0171-A0001 Continuation Page for revisions that apply to the RFP.
Amendment 19AQMM20R0171-A0002 has been posted on this announcement on August 14, 2020, along with an updated Questions and Answers document. The amendment is a result of the recent Interim rule in the Federal Register at 85 FR 42665 that amends the Federal Acquisition Regulation (FAR) to implement Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year 2019 (Pub. L. 115-232). Paragraph (a)(1)(B) of section 889 prohibits executive agencies from entering into, extending, or renewing, a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any systems, on or after August 13, 2020 unless an exception applies or a waiver is granted. The Interim rule is being implemented as a national security measure to protect the U.S. Government. The proscribed companies are Huawei, ZTE, Hikvision, Hytera, and Dahua and their subsidiaries and affiliates. The amendment incorporates the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) and the clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020). Please see attachment: Section 889(a)(1)(B) NDAA Clauses and Supplemental Information. As a result of this recent action, the proposal due date and time has been extended to no later than 12:00pm EDT September 1, 2020.
ALL PROSPECTIVE CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) IN ORDER TO BE ELIGIBLE FOR AWARD.