Logistics Services
ID: 20356425N00001Type: Sources Sought
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEARC DIV PROC SVCS – MSCParkersburg, WV, 26101, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking capable vendors to provide logistics services as outlined in their Sources Sought notice. The primary objective of this procurement is to facilitate the transportation, handling, inventory, and installation of government-owned assets, including office equipment and sensitive records, for the Federal Mine Safety and Health Review Commission (FMSHRC). This initiative is crucial for ensuring efficient operations while maintaining the safety and confidentiality of sensitive materials during the relocation process. Interested vendors must submit their documentation of capabilities by February 24, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) 20356425N00001 seeks capable vendors to provide logistics services for the Federal Mine Safety and Health Review Commission (FMSHRC). The project involves transportation, handling, inventory, and installation of government-owned assets like office equipment and sensitive records. This RFI serves as market research and is not a solicitation; responses are accepted until February 24, 2025. The Performance Work Statement (PWS) outlines the necessary services, including laborer and mover services, inventory management, secure handling of sensitive property, transportation logistics, and compliance with federal regulations. The contractor's responsibilities encompass detailed inventory preparation, coordinated logistics, and ensuring the security of sensitive materials. Vendors are required to provide documentation of capabilities, including company details, GSA contract information, and evidence of experience. Additionally, strict adherence to security protocols and insurance requirements is mandated to mitigate risks during the relocation process. Overall, this effort supports FMSHRC's mission by facilitating efficient operations while ensuring the safety and confidentiality of materials involved in the relocation project.
    Lifecycle
    Title
    Type
    Logistics Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    Warehouse Transportation Equipment
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking quotations for warehouse transportation equipment, including various models of forklifts and pallet trucks, to enhance material handling operations at its Washington, D.C. facility. The procurement emphasizes the need for equipment that meets specific technical specifications for indoor use, including maintenance services for five years post-purchase, and requires compliance with federal contracting regulations. This initiative is crucial for ensuring operational efficiency and safety in the handling of currency-related materials. Interested small businesses must submit their quotations by March 19, 2025, with the expectation of delivery within 90 days post-award. For further inquiries, potential bidders can contact Erica Hemphill at erica.hemphill@bep.gov.
    Video Teleconference (VTC) Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking vendors to provide Video Teleconference (VTC) services, with a focus on integration with Microsoft Teams, across its office locations in Washington, DC, Denver, CO, and Pittsburgh, PA. The procurement aims to ensure high-quality and reliable virtual meetings, requiring vendors to demonstrate capabilities in hardware, software, installation, training, maintenance, and compliance with security regulations. This initiative is crucial for enhancing communication and collaboration within the agency, particularly in a remote work environment. Interested vendors must submit their responses by February 24, 2025, including company information, experience, a detailed solution description, an implementation plan, and a cost estimate. For further inquiries, vendors can contact Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    Secure Courier Services
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking proposals for secure courier services to transport cash remittances from Taxpayer Assistance Centers (TACs) to Treasury General Account (TGA) cash vaults. The procurement is structured as a Firm Fixed-Price Agreement, encompassing a base year with four optional extension years, and emphasizes the importance of security, regulatory compliance, and operational efficiency in handling sensitive financial transactions. Interested contractors must demonstrate their technical approach, past performance, and pricing fairness, with proposals due by February 18, 2025. For further inquiries, potential bidders can contact Courtney Alston at Courtney.K.Alston@irs.gov or Najibullah Abrahimkhail at najibullah.abrahimkhail@irs.gov.
    Moving Services for the USCG Finance Center
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Finance Center, is seeking proposals from qualified small businesses for moving services related to the relocation of 470 employees to new office spaces in Chesapeake, Virginia. The project encompasses several phases, including pre-move planning, provision of packing materials, execution of moving operations, and post-move cleanup, with the relocation scheduled for March 21-23, 2024. This initiative is critical for ensuring a smooth transition while minimizing disruptions to the Finance Center's operations, adhering to federal requirements for transparency and accountability in public sector contracting. Interested contractors should contact Danielle Farmer at Danielle.C.Farmer@uscg.mil or 757-579-6230, or Jennifer Billips at Jennifer.K.Billips@uscg.mil or (571) 608-9292 for further details and to ensure compliance with proposal requirements by the submission deadline.
    Veterans Affairs (VA) Financial Services Center(FSC) Relocation Services Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide comprehensive relocation services for VA employees undergoing Permanent Change of Station (PCS) entitlements. The contract will encompass a range of services including home marketing assistance, home sale management, property management for overseas relocations, pre-decisional counseling, and destination area support, all aimed at enhancing the operational efficiency of the VA in facilitating employee relocations. This initiative is critical for ensuring a smooth transition for employees while adhering to federal regulations and logistical requirements. Interested organizations should submit a capabilities statement and cover sheet detailing their qualifications to Brandi Luna at brandi.luna@va.gov or Justin Cole at Justin.Cole4@va.gov by the specified deadlines, as the contract is expected to span five years with a base period and four option years.
    R--EROS Mail Room, Copy Center, and Logistics Support Services
    Buyer not available
    The United States Geological Survey (USGS) is conducting market research to identify potential sources for mail room, copy center, and logistics support services at the Earth Resources Observation Science Center (EROS) in Sioux Falls, South Dakota. The procurement aims to secure a contractor capable of managing mail distribution, processing copy requests, and providing warehouse logistics, with a contract structure that includes a one-year base period and four optional renewal years under NAICS Code 561210 for Facilities Support Services. This initiative is crucial for maintaining efficient operations and compliance with federal standards, ensuring that the EROS Center can effectively manage its logistical needs. Interested parties must submit their qualifications and responses to Ty DeHart via email by February 24, 2025, referencing "EROS Mail Room, Copy Center, and Logistics Support" and "140G0125Q0054" in the subject line.
    Sources Sought Notice
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Sources Sought notice to identify potential vendors for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract aimed at procuring various types of office furniture and associated services. The procurement includes systems furniture, seating, and additional office furnishings, along with design, installation, and disposal services, all intended to modernize BLM's workspace across its facilities nationwide. Interested vendors, particularly small businesses under NAICS Code 238390, are encouraged to respond by February 21, 2025, providing necessary organizational information and confirming active registration in SAM.gov. The total contract ceiling is set at $30 million, with a minimum guarantee of $10,000, and responses will assist in defining the contractor pool for this initiative. For further inquiries, interested parties can contact Addison Page at apage@blm.gov or by phone at 303-236-3800.
    Bi-Annual Fleet Maintenance of Hyster S50FT Forklifts
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified small businesses to provide bi-annual maintenance services for two Hyster S50FT forklifts utilized by its Critical Incident Response Group (CIRG). The procurement aims to ensure compliance with safety regulations and maintain operational readiness for critical incidents, with services including general repairs, safety inspections, and fluid checks. This initiative is crucial for the FBI's operational capabilities, particularly for the Rapid Deployment Team that relies on these forklifts. Interested contractors must submit their quotations by March 14, 2025, with the contract expected to commence on October 30, 2024, and last until October 31, 2025. For further inquiries, potential bidders can contact Jamie Melzer at jlmelzer@fbi.gov or Candice Kesselman at ckkesselman@fbi.gov.
    Transportation Service FLETC Artesia, NM
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Artesia, New Mexico, is seeking proposals for transportation services, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to secure comprehensive transportation solutions, including project management, dispatch, vehicle cleaning, and shuttle services for a fluctuating daily student population from July 1, 2025, to June 30, 2026, with options for extensions up to June 30, 2030. This initiative is crucial for supporting the operational needs of law enforcement training programs, ensuring efficient and reliable transportation for personnel and students. Interested contractors must submit their proposals by March 20, 2025, and can direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov or call 575-746-8332 for further details.
    Sources Sought Only: DLA Financial Management Support
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified vendors to provide financial management support services for its Operations and Maintenance (O&M) funded programs, including Contingency Logistics and procurement support for the Hydrofluorocarbon (HFC) program. The contractor will be responsible for generating and maintaining financial documents using the Enterprise Business System (EBS), collaborating with budget analysts, and ensuring compliance with financial management protocols. This opportunity is crucial for maintaining effective financial oversight and operational efficiency within DLA's various programs. Interested vendors should submit a capability statement, including company details and qualifications, to Tom Walsh at thomas.j.walsh@dla.mil, with submissions not exceeding five pages. The contract is anticipated to last 12 months with options for four one-year extensions, and the government will not incur costs related to vendor responses.