Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2005 FBO #1238
SOURCES SOUGHT

99 -- National Contract for Packaged Ice, Shipping and Storage During Periods of Emergency for Alaska and Pacific Islands.

Notice Date
4/15/2005
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-05-S-0007
 
Response Due
5/2/2005
 
Archive Date
7/1/2005
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine the interest and capability of potential Small Business, Certified 8(a) Small Disadvantaged Business, HubZone Small Business, Service Disabled Veteran-Owned Small Business firms relative to the North American Industr y Classification Code (NAICS) 541614. The small business size standard is: not to exceed $6 million average annual gross receipts over the past 3 years. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (FAR 52.219-14(b)(1). To make an appropriate acquisition for the above project, the Government will use responses to this Sources Sought synopsis, as determined to be in best interest of the Government. Project Information: This contract will be for a nation-wide requirements contract to provide packaged ice, transportation, and management of distribution system, primarily in support of presidentially-declared disasters. Expect workflow during emergencies to consist of the follo wing: a) Contractor receives request for 8 million pounds of ice within 24 hours; b) Contractor arranges for production of ice; c) Contractor arranges for transportation of ice to a mobilization area (note transportation may be by land, air or sea); d) Co ntractor provides real time tracking and expected time of arrival for each truckload; e) Ice arrives in refrigerated storage trailers at mobilization area within 24 hours; f) Contractor provides operation and maintenance of refrigerated storage trailers to include refueling; g) Contractor dispatches ice and refrigerated storage trailers to intermediate storage locations within disaster areas; h) Contractor provides real time tracking and expected time of arrival for each truckload; i) Contractor provides op eration and maintenance of refrigerated storage trailers to include refueling at intermediate storage locations; j) Contractor dispatches ice and refrigerated storage trailers to public distribution sites; k) Contractor leaves refrigerated storage trailers at the public distribution site to be unloaded by others, AND/OR Contractor unloads palletized ice from refrigerated storage trailers by forklift, places palletized ice on ground, covers each pallet of ice with a tarp, secures the tarp, and returns truck and refrigerated storage trailers to distribution system. The contractor shall provide packaged ice, transportation of ice to disaster sites, intermediate transportation within disaster area, loading and unloading, drayage, additional ground mileage, sho rt term rental and operation of refrigerated storage trailers, etc., to sites Outside the Continental United States (OCONUS) in the States of Alaska and Hawaii, Guam, the Northern Mariana Islands, American Samoa, the Federated States of Micronesia, and the Republic of the Marshall Islands. The contract also includes requirements for participation in Partnering efforts and provision of Strategic Planning Services. The U. S. Army Corps of Engineers will utilize this contract for its purchase requirements fo r packaged ice in performance of its responsibilities for emergency or disaster response activities under the National Response Plan, and for other packaged ice requirements when necessary. Time is of the essence in performance of this contract, as this i ce is required to sustain life in the aftermath of disasters that have or will disrupt the normal source of refrigeration in the disaster location. Therefore, this contract requires immediate response, with timely production, delivery, and reporting by th e Contractor. The Contractor must be able to provide at least 8 million pounds of ice delivered within any 30 day period. Note that a delivery order of this s ize is anticipated to be rare, but this capability is essential. The Contractor may be required to respond to simultaneous disasters with deliveries to multiple sites for each disaster. In order to meet the intent of the Stafford Act, the Contractor shall give preference to the extent feasible and practicable in meetin g its subcontracting and hiring requirements with those organizations, firms, and individuals residing or doing business primarily in the area affected by the disaster. The period of performance for this contract shall be for one - year base period from F ebruary 1, 2006 through January 31, 2007. At the option of the Government, the contract period may be extended in one-year increments up to four (4) option years. The contractor will be required to submit daily production and product delivery reports thr ough an automated system. That data will be verified through acceptance reports from Government personnel at the receiving locations. The contractor will be required to provide copies of State/local inspection reports and permits for all producers plants . The contractor will be further required to provide periodic reports relative to hiring and subcontracting in the disaster location to monitor compliance with the Stafford Act. If you can meet ALL of the requirements for this project , please respond to this Sources Sought by fax, e-mail, or mail to the attention of Mr. Kenneth Adams, Deputy for Small Business , 2000 Fort Point Road, Galveston, Texas 77550, Sources Sought Number W912HY-05-S-0007, Phone (409) 766-3006, Fax (409) 766-6372, or Kenneth.w.adam s@usace.army.mil . Responses for this Sources Sought shall be received NO LATER THAN 2:00 PM , CENTRAL DAYLIGHT TIME ON 2 MAY 2005. THE FOLLOWING INFORMATION IS REQUESTED: 1. Name of firm w/address, phone, fax, e-mail address, and point of contact. 2. State if your company is a Small Business, 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-Disabled Veteran-Owned Small Business. 3. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-Disabled Veteran-Owned Small Business. Joint Ventures and mentor-prot?g? arrangem ents must be in accordance with the Small Business Administration, and pre-approved. 4. Submission Requirements: Indicate specialized experience and technical competence in: a) experience with contracts of similar scope and size, and b) capability to simultaneously respond to multiple disaster location and multiple delivery sites within t hose locations. Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects (not to exceed 5) that demonstrate the capabilities necessary to meet the c riteria listed above, in items a thru k. Include contract number, project location, description of work requirements, contact and phone number for each effort, etc. Firms should also indicate all applicable personnel and sub-contractors proposed to work o n the contract. Proof of the Small Business Administration (SBA) registration 8(a) and Hubzone, as well as Joint Venture and mentor-prot?g? arrangements shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. For technic al questions, please contact: Mr. Stangeland at (409) 766-3954 or e-mail at gary.a.stangeland@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN00789560-W 20050417/050415212443 (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.