United States - FHWA Research, Development, and Technology (RD&T) Product Distribution Center (PDC)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 October 2019
Opportunity publication date
12 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 11, 2019 2:17 pm

Request for Information/Sources Sought Notice

The Federal Highway Administration (FHWA) is performing market research to identify capable industry sources to obtain support for the FHWA Research, Development, and Technology (RD&T) Product Distribution Center (PDC). 

These services fall under NAICS code 493110 for General Warehousing & Storage.

Background
The U.S. Department of Transportation (USDOT) Federal Highway Administration's (FHWA) mission is to enable and empower the strengthening of a world-class highway system that promotes safety, mobility, and economic growth, while enhancing the quality of life of all Americans. Within FHWA, the Office of Research, Development, and Technology (RD&T) is located at the Turner-Fairbank Highway Research Center (TFHRC), 6300 Georgetown Pike, McLean, VA, 22101. The TFHRC has more than 16 laboratories conducting applied and exploratory advanced research and other transportation research in highway safety, operations, and infrastructure. The Office of RD&T along with other FHWA offices are dedicated to addressing complex technical problems by working with State and local transportation professional, academia, professional associations, and industry to find solutions for a safer, longer-lasting, more reliable highway transportation system. 

 
The laboratories at TFHRC provide a vital resource for advancing the body of knowledge that has been created and developed by our researchers. The task of documenting and disseminating results from the laboratories, staff, and contract research findings, along with actively promoting innovations from all sources is a prime responsibility of the RD&T, program offices, and others. 

 
Description of Services
The objectives of this contract are to acquire off-site non-personal services in operation of the FHWA RD&T PDC to support the FHWA offices agency-wide. The Contractor shall provide all personnel, equipment, supplies, facilities, mail meter postage services, transportation, tools, materials, supervision, and other items necessary to perform the following: 

1. Manage and operate the FHWA RD&T PDC facility.
2. Provide computer inventory and tracking of all FHWA documents, materials, publications and exhibits at the FHWA RD&T PDC facility.
3. Provide documents, materials, and publications management and distribution.
4. Provide exhibition show services and logistics.
5. Provide exhibit management and distribution.
6. Provide print on demand services.

Required Capabilities: 
At a minimum, vendors must possess expertise to include:
1. Demonstrated high-level understanding of managing a distribution center and day-to-day operation and experience with computer inventory systems and cataloguing, receiving and fulfilling customer orders for requests of documents etc., packaging and mailing orders to customers, and mail meter postage services. 
 
2. Demonstrated high-level understanding of exhibition show services and logistics and experience with trade shows and conferences onsite services, logistics, and prospectus requirements. 
3. Demonstrated high level understanding of exhibit management and distribution and experience with creating, graphics design, repair, and maintenance of exhibit displays.
4. Demonstrated high level understanding of print on demand services.
The estimated period of performance for this requirement is five years structured as a one-year base with four one-year options.
Specific Information:
The Government is requesting industry feedback in the following areas:
1. Vendor interest - What vendors in the marketplace are currently poised and willing to perform these services?

2. Business Type - How many vendors from each socio-economic category, to include 8(a) Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, Service-Disables Small Businesses, & Large Businesses, are available and capable of performing these services.
3. Contract Vehicle -Would these services be available via any of the GSA GWACs?
4. Any other feedback vendors are willing to provide.

Request for Statements of Capability (SOC):
Interested parties who believe they have the capability to perform as a prime contractor in support of this effort must submit a Statement of Technical Capabilities (SOC) that includes the following information: 
General Information - Personnel/Size Standard, Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification (493110 - General Warehousing & Storage), Small or Other than Small Business, and experience-specific work previously performed relevant to this effort. 

Technical Capabilities - The SOC must address relevant experience and demonstrate the ability to provide the required services, as mentioned in the "Description of Services" section as well as demonstrating that the vendor possesses the expertise described in the "Required Capabilities" section.
Additional Information -SOC must conform to 8.5 X 11-inch pages, with font no smaller than 12-point, 1-inch margins (left, right, top and bottom), and it shall not exceed ten pages. The SOCs must be submitted by 25 October 2019, 3:00 p.m. Eastern Time. Respondents must submit an electronic copy of the SOC via email to Mr. Ryan Buck at Ryan.Buck@DOT.gov.
Oral communications are not acceptable in response to this notice. The SOC will be evaluated solely for the purpose of determining the respondent's ability to meet the government's requirements and schedule as described above. The Government will use the SOC to help determine the interest and ability of qualified firms in the marketplace. This announcement is for information and planning purposes only. It does not constitute a Request for Quote (RFP) or Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue any further solicitation of any kind for these requirements. The Government will not reimburse any firms for any cost associated with the submittal of information solicited herein. The SOC and all related communications that contain proprietary information should be marked as such.
Small Business Consideration:
Small Business firms with the capability to perform this requirement are encouraged to participate. The anticipated North American Industry Classification System (NAICS) code for this effort is 493110 - General Warehousing & Storage. The anticipated small business size standard is $27.5M. If you are interested in subcontracting any portion of this work, please indicate clearly in your submission and briefly describe what entities you anticipate subcontracting to. Participation from small and small disadvantaged businesses is highly encouraged.
Disclaimer and Notes:
FHWA will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued.

Opportunity closing date
25 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Transportation Office of Acquisition and Grants Management United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?