Zone 2 Auction and Marshalling
ID: 47QMCA25R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS AUTOMOTIVE CENTERWASHINGTON, DC, 20405, USA

NAICS

Wholesale Trade Agents and Brokers (425120)

PSC

SUPPORT- ADMINISTRATIVE:- PERSONAL PROPERTY MANAGEMENT (R610)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 10:00 PM UTC
Description

The General Services Administration (GSA) is seeking proposals for the Zone 2 Auction and Marshalling project, which involves establishing Indefinite Delivery Indefinite Quantity (IDIQ) Fixed Price contracts for Vehicle Marshalling and Sales Support Services. The primary objective is to enhance vehicle marshalling services and maximize sales returns while minimizing logistical costs through the implementation of industry best practices. This initiative is crucial for optimizing government asset management and improving efficiency in vehicle sales operations across various locations. Interested contractors must submit their proposals by February 7, 2025, at 5:00 p.m. Eastern, and can direct inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov or Jason Affinito at jason.affinito@gsa.gov.

Point(s) of Contact
Files
Title
Posted
Jan 30, 2025, 10:05 PM UTC
The document outlines representations and disclosures required from offerors in response to federal solicitations regarding covered telecommunications equipment and services, as mandated by the John S. McCain National Defense Authorization Act of 2019. It establishes that offerors must disclose whether they provide or use covered telecommunications equipment in contracts with the government. The provisions include definitions, prohibitions, and procedures for verifying compliance, stressing the importance of conducting a reasonable inquiry regarding the equipment’s origins. Disclosures are required if an offeror indicates they will provide such equipment, including details about the manufacturer, model numbers, and usage explanations. The document emphasizes the need for caution in procurement processes to enhance supply chain security and prevent the use of potentially risky technologies. This procurement guidance is essential in safeguarding national security interests and ensuring that contracts do not compromise governmental systems.
Jan 30, 2025, 10:05 PM UTC
The document outlines the "Offeror Representations and Certifications" required for federal contracts, specifically addressing various business classifications and compliance issues involving telecommunications equipment and labor standards. The provisions require offerors to verify their status regarding small businesses, service-disabled veteran-owned businesses, women-owned businesses, and other classifications while providing detailed definitions and conditions for eligibility. Key components include certifications related to child labor, the Buy American Act, and restrictions on doing business in countries like Sudan and Iran. Offerors must also disclose potential conflicts of interest, tax statuses, and any debarment from federal contracts. The document emphasizes the need for compliance with federal regulations, including Executive Orders and appropriate certifications, to maintain transparency and accountability in government contracting practices. Overall, this framework is a vital part of the federal procurement process that enhances equitable participation while ensuring that governmental resources are allocated responsibly and legally.
Jan 30, 2025, 10:05 PM UTC
The document pertains to the amendment of solicitation 47QMCA25R0002 by the General Services Administration (GSA) for a project set to be submitted through FedConnect. The amendment introduces several key revisions, including updates to effective dates for various Federal Acquisition Regulation (FAR) clauses, which are critical for compliance with federal contracting policies. It specifies new provisions such as the Preaward On-Site Equal Opportunity Compliance Evaluation and clarifies the submission process for proposals, stating that Phase 1 proposals should be submitted by February 7, 2025, at 5:00 p.m. Eastern. Contractors are instructed to acknowledge receipt of this amendment, and failure to do so may lead to the rejection of offers. The document highlights a shift in submission protocol, encouraging use of FedConnect and necessitating technical support engagement by February 5, 2025, if challenges arise. Additional attached documents provide answers to questions and a revised pricing spreadsheet, while all other terms of the original solicitation remain unchanged, underscoring the importance of adherence to federal regulations in the contracting process.
Jan 30, 2025, 10:05 PM UTC
The document pertains to Amendment 0002 of solicitation 47QMCA25R0002, issued by the General Services Administration (GSA) to clarify zonal areas relevant to specific solicitations related to GSA Fleet Zones. It outlines the requirements for contractors to acknowledge receipt of the amendment when submitting proposals, noting that failure to do so may result in rejection. There are four distinct solicitation zones, and contractors must submit proposals corresponding to the zone where their facilities are located. The document emphasizes the necessity for clarity regarding geographic zones: Zone 1 (Blue), Zone 2 (Green), Zone 3 (Purple), and Zone 4 (Red). Examples illustrate that proposals for facilities located in different states must be submitted in response to the applicable solicitation for that zone. The amendment also maintains that all other terms regarding the solicitations remain unchanged. The overall purpose is to ensure compliance with amended solicitation details and enhance the accuracy of proposal submissions in line with GSA's organizational procedures.
Jan 30, 2025, 10:05 PM UTC
The document provides a five-year vehicle sales volume estimate across various regions, particularly focusing on the Southeast and Great Lakes areas of the United States. The Southeast is projected to have approximately 30,894 vehicles, while the Great Lakes region is estimated at 13,047 vehicles, culminating in a total of 43,941 vehicles over the five years. The Southeast covers states such as Alabama, Florida, and Georgia, with major cities like Miami, Atlanta, and Jacksonville highlighted for their respective vehicle volumes. The Great Lakes region, including states such as Illinois and Michigan, notes significant areas such as Chicago and Detroit. Each region's vehicle counts are crucial for planning transportation, infrastructure, and government resource allocation. The accompanying maps visually represent these volumes, demonstrating the geographical distribution of vehicle sales. This analytical data serves as a foundational component for government Requests for Proposals (RFPs) and grant considerations, informing decisions related to regional transportation needs and funding allocations.
Jan 30, 2025, 10:05 PM UTC
The FedConnect® 3.0 Vendor Reference Guide is designed to facilitate the registration and utilization of FedConnect for vendors interested in federal contracts and grants. The document outlines essential steps for registration, including obtaining a DUNS number and a SAM MPIN, both necessary for authentication. Key features of the FedConnect platform are highlighted, such as navigating opportunities, managing responses, and communicating with government agencies through a secure message center. Vendors can access various types of opportunities, both public and directed, and are guided on how to register interest, join response teams, and submit bids or proposals. The guide also emphasizes the importance of maintaining profiles for effective management of user accounts. Training resources, including guided tours and help options, are available to streamline user onboarding. Overall, the guide serves as a comprehensive resource for vendors seeking to engage with government procurement processes, ensuring a simplified and efficient experience in accessing federal funding and contracting opportunities.
Jan 30, 2025, 10:05 PM UTC
The document outlines a federal contractor's requirements for providing vehicle sales and marshalling services, listing essential information needed for performance locations. Contractors must submit details including physical addresses, city, ZIP code, state abbreviation, county, and confirm whether their facilities meet Statement of Work (SOW) requirements. Offered services include marshalling, sales preparation, administrative vehicle sales, and in-lane vehicle sales, with specific capacities required for both marshalling and sales operations. This structure emphasizes the contractor’s need to demonstrate capability and compliance in vehicle service offerings, aligning with federal and local grant or RFP criteria. The focus is on systematic proposal submission to fulfill government contract obligations efficiently.
Jan 30, 2025, 10:05 PM UTC
The Model Commercial Subcontracting Plan provides a comprehensive framework for contractors participating in federal contracts. This document outlines the requirements for developing a subcontracting plan that promotes the utilization of small businesses, including various socio-economic categories such as veteran-owned and women-owned businesses. The plan enables contractors to set annual subcontracting goals, detailing the methods for measuring performance and tracking compliance with federal regulations. Essential components include the identification of potential subcontractors, inclusion of indirect costs, and the requirement for a designated program administrator to oversee the plan's implementation. Contractors must submit the approved plan to the relevant Contracting Officer and conduct annual reporting through the Electronic Subcontract Reporting System. Failure to meet established goals may result in penalties, emphasizing the government's commitment to fostering equitable opportunities for small businesses in government contracts. Overall, the plan aims to enhance collaboration between large contractors and small businesses, ensuring diversity and inclusiveness within federal procurement processes.
Jan 30, 2025, 10:05 PM UTC
The document outlines the Model Individual Subcontracting Plan (ISCP) used by contractors engaging in federal contracts, specifically emphasizing compliance with Small Business Administration (SBA) regulations and the Federal Acquisition Regulation (FAR) requirements. Key components include establishing subcontracting goals for various small business categories, ensuring maximum participation opportunities, and reporting obligations via the Electronic Subcontract Reporting System (eSRS). Contractors must detail their subcontracting plans for the entire duration of the contract, including specific goals for different periods, and report quarterly on performance against these goals. The document emphasizes the necessity for contractors to conduct market research to identify potential small business subcontractors. It mandates that a designated program administrator oversee the plan's implementation and compliance. The plan also underscores the integration of indirect costs in goal calculations and aims to foster equitable competition among small businesses. Thorough documentation of sourcing efforts, outreach activities, and compliance with payment terms to small businesses is essential for successful contract performance and maintaining eligibility for federal contracts. Overall, this guidance serves to promote small business subcontracting in line with federal objectives.
Jan 30, 2025, 10:05 PM UTC
The document is a Past Performance Reference Questionnaire, designed for Offerors participating in government contracts. It aims to evaluate a contractor's previous performance through feedback from a designated Point of Contact (POC). The form is structured in two parts: Part I requires the Offeror to provide essential information such as contractor details, project title, contract data, and the contractor's role (prime or subcontractor). Part II is to be filled out by the reference respondent, who assesses various aspects of the contractor’s performance based on a rating scale from "Exceptional" to "Unsatisfactory." The performance metrics include service quality, reliability, management capability, business relations, problem-solving skills, customer satisfaction, subcontracting performance, and overall satisfaction. There is also space for additional narrative justification and the respondent's signature. The purpose of this form is to gather relevant performance evaluations to inform government decisions during the awarding of contracts, helping ensure that potential contractors meet specified standards and maintain accountability in their roles.
Jan 30, 2025, 10:05 PM UTC
The solicitation document (No. 47QMCA25R0001) outlines a Request for Proposal (RFP) focused on vehicle management and related services for the federal government. Key components include the procurement of new vehicles, management of vehicle licenses and GSA Fleet Services cards, and various vehicle movement services, including standard and non-standard vehicles, as well as inoperable vehicles within defined mileage parameters. The statement of work (SOW) details operational tasks such as vehicle inspections, maintenance, and repair, alongside specific requirements for vehicle delivery processes and decommissioning. The document emphasizes the importance of adhering to strict guidelines for service delivery, vehicle tracking, and sale process coordination, including notary services, enhanced reporting, and condition assessments. This RFP serves to ensure efficient vehicle management for government operations, aimed at enhancing service quality and operational efficiency while maintaining compliance with federal standards. Overall, it underscores the government’s commitment to effective fleet management and resource optimization in public service.
Jan 13, 2025, 5:05 PM UTC
The government document outlines Solicitation No. 47QMCA25R0002, which focuses on vehicle management and related services for GSA customers. It details various aspects of vehicle delivery, movement, maintenance, and inspection processes. Key services include the delivery and preparation of new and used vehicles, management of telematics and fuel services, and movement logistics based on vehicle types and distances. Additional responsibilities include conducting vehicle inspections, reconditioning, and managing administrative vehicle sales services. The structure emphasizes specific Statements of Work (SOW) for each category and service, demonstrating a systematic approach to managing government fleet requirements. Overall, this solicitation emphasizes the need for efficient vehicle service management to ensure compliance and streamline operations for federal and state agencies.
Jan 30, 2025, 10:05 PM UTC
The government document outlines the response to an RFP for vehicle marshalling and sales services, addressing various operational and logistical queries from potential offerors. Key topics include procedures for vehicle delivery, vehicle maintenance requirements, invoicing processes for services like license plate management, and payment limitations set by the U.S. Department of Treasury. The document specifies that all shipping costs related to vehicle returns will be covered by the government through prepaid mailing labels, and clarifies vendor responsibilities in instances of vehicle damage or theft. Additional details cover vehicle movement regulations, credit card processing limits, and conditions under which subcontractors may operate. The document emphasizes the importance of following GSA's guidance and standards, including the use of specified electronic systems for inventory and reporting. Questions regarding service pricing and the structure of proposals are also addressed. Overall, this comprehensive guidance serves to ensure compliance and clarity for vendors participating in federal procurement for vehicle services, underscoring GSA's requirements and practices.
Jan 30, 2025, 10:05 PM UTC
The document is a question matrix related to Solicitation No. 47QMCA25R0002, outlining inquiries from offerors concerning the marshalling and sales processes. It lists multiple offeror questions, but the specifics of these questions are not detailed in the provided excerpt. The matrix serves as a response mechanism for clarifying points related to the solicitation, indicating an interactive process between the government and potential contractors or grantees. Understanding these questions is vital for ensuring all parties are aligned on project expectations and requirements. This matrix is an essential component of the RFP process, facilitating transparency and thorough communication, which are critical for successful procurement in federal and local government initiatives.
Jan 30, 2025, 10:05 PM UTC
The U.S. General Services Administration (GSA) is issuing a Request for Proposal (RFP) to establish Indefinite Delivery Indefinite Quantity (IDIQ) Fixed Price contracts for Vehicle Marshalling and Sales Support Services. The goal is to utilize industry best practices to enhance marshalling services and maximize vehicle sales returns by minimizing logistical costs using advanced sales solutions. The document outlines the scope, requirements, and specific tasks associated with the contract. Key duties involved include vehicle inspection, sales preparation, decommissioning, and compliance with regulations during sales. The contractor must manage vehicle movement, telematics, and provide support for digital sales. Additionally, rigorous performance requirements and documentation standards are mandated, alongside maintaining GSA inventory management systems. This initiative reflects GSA's efforts to optimize government asset management and improve efficiency in vehicle sales operations across domestic and international locations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2351
Buyer not available
The General Services Administration (GSA) is seeking proposals to lease a warehouse space in Capitol Heights, Maryland, with a total area of 162,199 ABOA square feet. The leased facility must include at least four loading docks, dedicated HVAC for office areas, emergency power for server and vehicle operations, and sufficient aisle widths for forklift movement, along with 75 secured parking spaces for various government vehicles. This procurement is essential for meeting the operational needs of the U.S. Government while ensuring compliance with fire safety, seismic, and sustainability standards. Interested parties must submit their expressions of interest by April 14, 2025, with a market survey estimated for May 2025 and expected occupancy by October 2027. For further details, contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov.
GSA Design Build Indefinite Delivery Indefinite Quantity Contract
Buyer not available
The General Services Administration (GSA) is issuing a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Construction Contract (MATOC) that will serve the states of Iowa, Kansas, Missouri, and Nebraska. This procurement is open to all vendors, although certain task orders may be set aside for small businesses, and it aims to address a variety of construction needs, primarily focusing on renovation and alterations of federally managed buildings. The anticipated proposal release date is May 5, 2025, with awards expected by August 11, 2025, and each contract may last up to five years with a maximum value of $100 million. Interested vendors must register on SAM.gov to access solicitation documents, and inquiries can be directed to Steven Steinkamp at Steven.Steinkamp@gsa.gov.
West Virginia & Western Virginia Construction Multiple Award IDIQ
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to participate in a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services in West Virginia and Western Virginia. The procurement aims to provide repair and alteration services for government-owned and leased facilities, with project values ranging from $250,000 to $3.926 million and potentially higher, depending on government discretion. This contract is crucial for maintaining and improving federal facilities, ensuring they meet operational standards and requirements. Interested contractors must submit their responses by April 14, 2025, at 12:00 PM Eastern Time, to Danyel Herdman and Kimberly DeSant via email, providing detailed corporate information and capabilities statements.
General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2DC0655
Buyer not available
The General Services Administration (GSA) is seeking to lease a warehouse space measuring 146,679 square feet in Washington, DC, as outlined in Solicitation No. 2DC0655. The requirements for the proposed space include secured parking for 85 vehicles, a yard or exterior covered area, truck parking with adequate turning radius, access to a loading dock or freight elevator, and a backup generator with emergency power for server rooms. This procurement is crucial for meeting government operational needs while adhering to fire safety, accessibility, and sustainability standards, and the offered space must not be located in the 1-percent-annual chance floodplain. Interested parties must submit their expressions of interest by April 14, 2025, with the estimated market survey occurring in May 2025 and projected occupancy in September 2027. Proposals should be directed to Brad Seifert and Hunter Powell at the GSA, with contact details provided in the solicitation notice.
Multiple AwardGeneral Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
Buyer not available
The General Services Administration (GSA) is seeking proposals for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for General Construction Services, which includes design-build capabilities, covering Pennsylvania, New Jersey, and Delaware. The contract aims to provide a range of construction services, including commercial office renovations, MEP system upgrades, and other related construction activities, with a maximum ordering limit of $75 million over a five-year period. This procurement is particularly significant as it is set aside for small businesses, including specific socioeconomic categories such as 8(a) Participants and Woman-Owned Small Businesses, emphasizing the GSA's commitment to fostering small business participation in federal contracting. Interested contractors must submit their proposals electronically by May 2, 2025, and can direct inquiries to Erin Watson or Jennifer Silkensen at the provided email addresses.
Alliant 3 GWAC, Request for Proposal (RFP)
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the Alliant 3 Governmentwide Acquisition Contract (GWAC), aimed at providing a wide range of information technology (IT) services to federal agencies. This procurement seeks to establish a multiple award, indefinite delivery, indefinite quantity (IDIQ) contract that allows for flexible task order issuance without a maximum ceiling, ensuring a minimum contract guarantee of $2,500. The Alliant 3 GWAC is crucial for streamlining IT service acquisitions across government entities, promoting performance-based contracting and compliance with federal standards. Interested contractors must submit their proposals by April 11, 2025, and can direct inquiries to Roman Rodriguez at Alliant3QA@gsa.gov for further information.
Brand Name NSNs, Industry Feedback Request
Buyer not available
The General Services Administration (GSA) is seeking industry feedback regarding Brand Name National Stock Numbers (NSNs) associated with specific items, as part of its procurement process. The GSA's Supply Chain Management Contracting Division aims to verify whether the requirements outlined in the Item Purchase Descriptions (IPDs) can only be met by the specified manufacturers or if alternative products can fulfill the same needs. This initiative is crucial for ensuring that the Department of Defense (DoD) customers receive the necessary items while potentially expanding the pool of suppliers. Interested parties are encouraged to provide their feedback by completing the attached Excel template and submitting it via email to fssi.mro-req@gsa.gov, with a deadline for responses set for April 30, 2024. For further inquiries, the primary contact is the MRO Team at the same email address.
Multiple Award Schedule
Buyer not available
The General Services Administration (GSA) is seeking proposals for a Multiple Award Schedule under the Federal Acquisition Service, specifically through the GSA/FAS Furniture Systems Management Division. This opportunity involves a combined synopsis/solicitation for commercial items, adhering to the guidelines outlined in subpart 12.6, and aims to procure a range of professional, scientific, and technical services categorized under NAICS code 541990. The procurement is critical for ensuring the availability of miscellaneous services that support various federal operations, with the place of performance located at 100 S Independence Mall West, Philadelphia, PA. Interested vendors can reach out to the National Customer Service Center at NCSCcustomer.service@gsa.gov or call 800-488-3111 for further information, as proposals are currently being requested without a formal written solicitation.
2306 Bannister IRA Project
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the 2306 Bannister IRA Project, which falls under the Public Buildings Service and is a task order off the Region 6 Design Build IDIQ contract. This project involves commercial and institutional building construction, specifically focusing on the repair or alteration of office buildings in Kansas City, Missouri. The successful contractor will be responsible for executing the project in accordance with the established guidelines, and access to project documents is restricted to holders of the Region 6 Design Build IDIQ contract, requiring coordination with prime contractors for subcontractors. Interested parties can reach out to Julie Vo at julie.vo@gsa.gov or Mike Flanigan at michael.flanigan@gsa.gov for further information, and should allow 24-48 hours for document access approval.
Asphalt Repair and Replacement
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for asphalt repair and replacement at the Van Buren Land Port of Entry in Maine. The project involves repairing and replacing inbound and outbound lanes, along with minor curb and sidewalk repairs, with a construction cost estimated between $200,000 and $600,000. This procurement is crucial for maintaining the functionality and safety of a key federal infrastructure site, ensuring compliance with federal standards and promoting efficient operations. Interested contractors must submit their proposals by April 18, 2025, at 4:00 PM Eastern Time, and can direct inquiries to the contracting officer, Johanna Nieves, at johanna.nieves@gsa.gov or by phone at 312-353-7659.