Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

V -- DOD THIRD PARTY TRANSPORTATION COORDINATION AND RELATED SERVICES

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
488510 — Freight Transportation Arrangement
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-04-R-DTCI
 
Response Due
8/23/2004
 
Archive Date
10/22/2004
 
Point of Contact
Ray Jones, (703) 428-2034
 
E-Mail Address
Email your questions to Surface Deployment and Distribution Command - W81GYE
(jonesray@sddc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice does not represent a solicitation nor does it guarantee a solicitation will be issued. The Department of Defense (DoD) is seeking to identify potential sources and their capabilities to provide transportation management, network optimizat ion, and related services for DoD freight shipments originating and terminating at DoD traffic management offices, distribution depots, and DoD contract vendor sites within the contiguous Continental United States (CONUS). This DoD enterprise-wide reengine ering effort is called the Defense Transportation Coordination Initiative (DTCI). Current general DoD business practice is that domestic freight shipments are arranged by individual transportation offices at over 500 shipping activities, including 19 Defen se Logistics Agency (DLA) distribution depots. The DTCI premise is that a coordinator with a nationwide view of shipment requirements, empowered to coordinate and manage the movement of those shipments, will produce operational improvements (the primary ob jective), such as decreased transportation cycle times and more reliable time-definite deliveries, as well as monetary savings (the corollary effect). The potential resulting contract to a single transportation coordinator may consist of a multi-year base period with single or multi-year options. The DoD envisions implementation in phases with the workload content (e.g., commodities) and scope of each phase determined by subsequent data analysis. The initial phase is envisioned to include at a minimum the 1 9 DLA distribution depots. Ultimately the DTCI end-state to be serviced by this contract could potentially include all DoD shipping activities located in the CONUS and all commodities. The Contractor shall have the capability to: (1) Select and book shipme nts with commercial providers to include specialized carriage for a wide range of commodities; (2) Resolve claims for loss and damage; (3) Possess or have access to sufficient working capital to make timely investments needed to enable continuous improveme nt; (4) Perform load planning, mode selection, optimization and financial analysis, and consolidation of Less Than Truckload (LTL) freight to achieve better efficiency and end-to-end delivery time performance; (5) Measure, manage, and report performance in accordance with DoD and contractor pre-determined performance criteria; (6) Manage astray freight; (7) Collect and report shipment status through automated means; (8) Manage multiple domestic shipping modes; (9) Provide automated systems capabilities and business processes using techniques such as Electronic Data Interchange (EDI) and web-based transaction sets to interface with multiple DoD and transportation service provider systems; (10) Commit to DoD readiness programs including a defined contingency s urge capability; (11) Meet ISO 9001-2000 quality certification requirements; (12) Measure success using comprehensive set of metrics; (13) Meet DoD information assurance requirements. The projected date for release of this solicitation is anticipated to be early in calendar year 2005. Interested sources should submit a capability statement that details and demonstrates their ability to perform the responsibilities listed in items (1) through (13) above. Responses are limited to 15 pages and must include a d escription of the company and a brief example of relevant experience in the performance of services similar in size, scope and complexity. The respondent to this announcement must also identify its business size and whether it is currently designated as a Small Business as defined in the Federal Acquisition Regulation FAR Part 19.1. Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The North American Industry Classification System (NAICS) code 488510, Freight Transportation Arrangement, has been determined to be applicable to this requirement. Responses on company le tterhead must be submitted electronically no later than the date specified above to the following individuals, Contracting Officer Mr Ray Jones at email address jonesray@sddc.army.mil and Contract Specialist Mr Paul Osterhaus at email address osterhausp@sd dc.army.mil
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
Country: US
 
Record
SN00629610-W 20040725/040723212435 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.