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

National Jewelry, Art, Antique, and Collectible (JAAC) Services

Process Number DJM-21-AFD-0005

USA

Dates:


Notice ID:

DJM-21-AFD-0005

Department/Ind. Agency:

JUSTICE, DEPARTMENT OF

Sub-tier:

JUSTICE, DEPARTMENT OF

Sub Command:

US DEPT OF JUSTICE, USMS

Office:

US DEPT OF JUSTICE, USMS

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 23, 2021 02:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

jan 07, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

s215 - housekeeping- warehousing/storage

NAICS Code:

493190 - other warehousing and storage

Description:


Original Set Aside:

BACKGROUND The United States Marshals Service (USMS) has a responsibility to Transport, Intake, Appraise/Authenticate, Store, and Dispose of seized and/or forfeited jewelry, art, antiques, and collectibles (JAAC) throughout the United States. The coverage area includes the 94 USMS District Offices within the continental United States, Alaska, Hawaii, Puerto Rico, the US Virgin Islands, Guam and the Northern Mariana Islands. (International services will likely be infrequent.) REQUEST FOR INFORMATION (RFI) The USMS is posting this announcement as an RFI only, for the upcoming solicitation that will be posted on the SAM.gov website at https://sam.gov. This RFI is issued for the purpose of identifying the availability of potential qualified sources that will be able to meet the requirement. The solicitation will be for the Transportation, Intake, Appraisal/Authentication, Storage, and Disposal of JAAC to the General Public as a customary business practice in the Continental United States (CONUS). The JAAC services contract will be for a base year and four (4) one-year options. The contractor primary storage facility shall be geographically located within the Continental United States in a location being able to service all 5 regions (the Northeast, Southwest, West, Southeast, and Midwest). The Contractor will provide the facility. The contractor may be asked to secure additional sub custodial storage facilities during the course of the contract life. If you are interested in the upcoming solicitation, provide a capability statement addressing your company’s ability to provide the related services. It is important that interested sources provide a capability statement to: Freddie Everett, Contract Specialist, Freddie.Everett@usdoj.gov, Christopher Ottie, Contract Specialist, Christopher.Ottie@usdoj.gov, and Kimberly Hall, Contracting Specialist, Kimberly.Hall2@usdoj.gov and via email. In addition to a capability statement, all interested parties need to ensure they have completed the initial questions to be submitted via SurveyMonkey link: https://www.surveymonkey.com/r/C2MBVGN You are advised that providing your capability statement and responses to all questions that no entitlement to payment or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government’s use of such information. The Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this RFI. In addition, you are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. All responses are due by Wednesday, 23 December, 2021 at 12:00 pm EST. NOTE: The solicitation will be posted at SAM.gov, https://sam.gov. Name of Firm: Address: Point of Contact: E-Mail Address: Telephone #: DUN & BRADSTREET #: QUESTIONS (all questions must be answered – NO BLANKS): Indicate your firm’s size and status of your organization: ________ Small Business, ________ Large Business, ________ 8(a), ________ Veteran-Owned, ________ Service Disabled Veteran-Owned, ________ Women-Owned Small Business, ________ Small Disadvantaged Small Business, ________ HUBZone Small Business, and _________ Historically Black Colleges/Minority Institutions? What percentage of the work would your firm perform and what percentage of the work would you subcontract? If subcontracting opportunities are available, do you anticipate subcontracting with _____ Small Business, _____ Veteran-Owned Small Business, _____ Service Disabled Veteran-Owned Small Business, ______ Women-Owned Small Business, and _____ HUBZone Small Business concerns? Which of the following does your firm offer to the General Public on a Commercial Basis? ______ Transportation, ______ Intake, ______ Appraisal/Authentication, ______ Storage, and _______ Disposal Services? Is it customary and offered to the General Public that your firm provides appraisals and authentication service of jewelry, art, antiques, and/or collectibles securely stored at your facility to ensure that the asset is kept in the same condition as when transported to your storage facility? Is it customary and offered to the General Public that records are maintained showing appraisals and authentication performed on JAAC assets stored at your facility? Is your facility able to segregate and properly identify USMS JAAC assets from Non-USMS JAAC assets? Can your firm provide auctioneer services to dispose of seized JAAC assets? Is it customary that when your firm auctions a JAAC asset that the auction price is governed by a certified ASA or ISA appraiser? Is it customary for your firm to clean a JAAC asset prior to the auctioning of the asset? Indicate whether your firm can provide _____ Vault, _____ Climate-Controlled, _____ Wine Climate-Controlled, _____ and Warehouse storage for JAAC assets? How much square footage does your vault storage facility have? How much square footage does your climate-controlled storage facility have? How much square footage does your wine climate-controlled storage facility have? How much square footage does your warehouse storage facility have? Can your firm provide specialized transportation services for _____ Fragile/Delicate, ______ Climate Sensitive, ______ Bulky/Heavy, and _______ Irregular? Can your firm provide specialized storage services for _____ Fragile/Delicate, ______ Climate Sensitive, ______ Bulky/Heavy, and _______ Irregular? Are you aware of any Laws and Regulations that are unique to the services being acquired? Does your firm possess the necessary licenses and permits to conduct business for these services in the proposed state? Does your firm belong to any trade organizations? If so, please list the organization(s). Is it customary to offer warranty, buyer financing, discounts, etc., under which commercial services you provided to the General Public? Would your company be interested in participating in this requirement? End of Survey NOTE: The solicitation will be posted at SAM.gov; https://sam.gov.

Attachments / Links:


Document Size Updated date Download

Contact Information:


ASSET FORFEITURE CONTRACTS TEAM AFO 10TH FLR., CM4, 3601 PENNSY DRIVE

LANDOVER , MD 20785

USA

Primary Point of Contacts:

Kimberly S. Hall

Secondary Point of Contact:

Freddie L. Everett