Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

N2W Deployment Packing and Crating

Process Number HM157524R1001

USA

Dates:


Notice ID:

HM157524R1001

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NATL GEOSPATIAL-INTELLIGENCE AGENCY

Office:

NATL GEOSPATIAL-INTELLIGENCE AGENCY

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

oct 19, 2021 11:18 am cdt

Original Published Date:

0000-00-00 00:00:00

Updated Response Date:

nov 30, 2021 05:00 pm cst

Original Response Date:

jul 09, 2021 05:00 pm cdt

Inactive Policy:

manual

Updated Inactive Date:

dec 30, 2025

Original Inactive Date:

dec 30, 2025

Initiative:
  • None***--***

Classification:


Product Service Code:

v129 - transportation/travel/relocation- transportation: other

NAICS Code:

484210 - used household and office goods moving

Description:


Original Set Aside:

############# This Request for Information is amended to: 1. Add the following statement: Interested Vendors are asked to please submit a copy of the Statement of Work (SOW) or Performance Work Statement (PWS) for any similar work performed. 2. Amend the Point of Contact information from Jeff Teague to Doug Verseman. ############# 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. 2. Description of Requirement The contractor will provide office relocation (moving) services for the National Geospatial-Intelligence Agency (NGA) to move official material, including books, paper, and equipment, from their current location on South 2nd Street in St. Louis to the new site at the intersection of Jefferson and Cass Avenues in St. Louis, MO. The anticipated timeframe for services is from March 2025 to September 2025. 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 for 3,000 - 10,000 personnel in one planned and coordinated effort before? If so, what organization, the contract number, how many personnel, 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 have? Could you provide some of the Statements of Work or Performance Work Statements for these efforts? Did any of the efforts involve moving classified material? How much advance notice would you need of contract award in order to execute a move of this size? The bulk of the move would be from South 2nd St in St. Louis to the new site at the intersection of Jefferson and Cass Avenues in St. Louis, MO. Would your company be interested in competing for this effort? 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. Mary Kubik, mary.e.kubik@nga.mil Samuel Young, samuel.e.young.ctr@nga.mil Michael Fritz, michael.j.fritz@nga.mil Douglas.H.Verseman, Douglas.H.Verseman@nga.mil Kenneth Lehrmann, Kenneth.m.lehrmann@nga.mil 5. 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. 6. 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:


Document Size Updated date Download

Contact Information:


ATTN; L13-OCSS 3838 VOGEL ROAD

ARNOLD , MO 630106238

USA

Primary Point of Contacts:

Douglas H. Verseman

Secondary Point of Contact:

Kenneth M. Lehrmann