Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

V -- Fort Knox Local Transportation of Tracked Vehicles and other Heavy Equipment

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-06-R-0023
 
Response Due
4/26/2006
 
Archive Date
6/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Headquarters, Military Surface Deployment and Distribution Command (SDDC), intends to solicit and negotiate a competitive contract for providing surface transportation services to support shipments of tracked vehicles of non-expedited (routine) n ature and other heavy equipment to and from Fort Knox, KY local ranges. Transportation of tracked vehicles will be scheduled according to training schedules. Movement could take place any day of the week during daylight hours. Seven days per week (Sunday through Saturday) will be considered normal business days for the purpose of pick up and delivery service to include federal holidays. Types of Shipments: Shipments will consist of military tracked vehicles. 1. Types of vehicles include but are not limited to: M1 Tanks, Bradley Fighting Vehicles, M88 Recovery Vehicles, M3 & M3A2 Bradley Fighting Vehicles, and M113 Personnel Carriers. 2. Most vehicles have oversized dimensions and weight. Heaviest weight is approximately 136,900 lbs. Largest dimensions to be hauled are approximately 387 in L x 144 in W x 122 in H, CUFT 3610. 3. Multiple shipments may be scheduled depending upon the number of vehicles to be moved and number of contractor trucks available. Exclusions: The following movements and commodities are excluded from the scope of this contract: Ammunition, explosives, or fireworks classified as Class 1, Div. 1.1, 1.2, or 1.3; Ammunition, explosives, or fireworks classified as Class 1, Div. 1.4, requiring a DOD Transportation Protective Service (TPS); Ammunition, explosives, fireworks or blasting agents weighing in excess of 1,000 pounds classified as non-sensitive Class 1, Divisions 1.4, 1.5, and 1.6; Missiles or rockets; Radioactive materials, excepted packages-instruments and articles (see 49 CFR 173.424); Poison inhalation hazard, Class 2, Divi sion 2.3, and Class 6, Division 6.1; Hazardous waste; Narcotics and dangerous drugs; Etiologic agents; Firearms; Live animals; Bulk commodities; Human remains; Coins and/or Precious metals; Refrigerated cargo; Food, fresh, frozen, or requiring refrigeratio n; Postage stamps or stamped envelopes; Postal Shipments; Air Freight Shipments; Export (OCONUS) via Containers; Rail (not included TOFC and COFC); Privately-owned vehicles (POV); Vehicles in drive away and/or tow away service; Currency; Tailored Transport ation Contract (TTC) freight all kinds (FAK) shipments. Contractor Furnished Resources: 1. The contractor shall furnish all personnel and equipment required for the performance of services under this contract. Terrain includes 90 degree turns and steep graveled hills. 2. The contractor shall provide 24-hour toll-free or local telephone number for notification of shipping requirements, schedule changes and emergency requirements. 3. Equipment pool: Each contractor shall provide not less than four (4) and not more than fifteen (15) tractor and trailer equipment at one time in an equipment pool, at origin. Equipment required to safely transport tracked vehicles: All wheel drive tru ck, all terrain tires, with and without 70 ton winch capability, 8 and 9 axle, double drop low-boys and old style military Heavy Equipment Transport Trailer (HETT) trailers. Each contractor awarded shall have at least one vehicle with the 70 ton winch cap ability. If winch use is required no additional compensation will be provided. Contractors required to carry necessary supplies to clean up leaks of their vehicle or vehicle being transported in transit or while parked in the motor pool. Must also have trucks equipped with rotating yellow lights for convoy and reflective vests for drivers in case of darkness. 4. Contractor must have maintenance provider within the local area who can respond within 90 minutes of call. Contractor may make on-site minor repairs requiring three (3) hours or less, major repairs will be performed off site. 5. Contractor must keep motor pool area assigned clean and free of debris. Clutte red area, i.e. trash, oil cans, tires lying around will be taken into consideration against performance. Contractor is responsible for security of their own equipment. 6. Requirement/inspection: Contractors equipment is subject to inspection by the Government representative at the time of placement for loading. Equipment determined to be unsuitable or unsafe for loading will be rejected by the Government. The rejectio n of contractor equipment will not relieve the carrier from meeting pickup and delivery requirements. Government inspections will include review of permits when required by the trip being made. Contractor shall maintain annual permit fee for state of Kentu cky, at contractors cost. All contractors interested in transporting Department of Defense freight must be approved by the FCRP prior to the date of contract award and maintain approval status throughout the term of the contract. The FCRP requirements and instructions are located o n the SDDC web site www.sddc.army.mil. The government will provide personnel to load, escort, and unload vehicles at origin and destination. Escort will also be provided from assigned motor pool to pickup point. The contractor shall be responsible for security of vehicles on contractor provided equipment as well as breaking the chains upon delivery. Period of Performance--The proposed contract is for a one base period of 12 months from date of award (on or about 1 October 2006), with four (4) options years. Hazardous Cargo Handling (HAZ): Commodities offered in this solicitation may include hazardous material (HAZMAT). All Contractors are expected to have the ability to transport hazardous materials. Drivers picking up HAZMAT freight must be able to present h azardous materials certification and/or license at time of pickup to shipper personnel upon request. The following must also be complied with: 1. The carrier that is subcontracted to haul or transport DOD cargo must be DOT registered and an approved SAFER carrier 2. Transporting carrier must be DOT HAZMAT qualified 3. Driver must be able to read and speak the English language sufficiently to converse with the general public 4. Driver has the proper vehicle and HAZMAT endorsements annotated on the Commercial Drivers License 5. Driver has a current DOT medical card 6. Driver must posses a picture identification (affiliated with carrier) 7. Driver must provide an appropriate vehicle pre-inspection checklist 8. Driver must meet Transportation Security Administration (TSA) criteria and mandated requirements. The contractor shall accept all materials identified as hazardous by CFR, Title 49, to include Other Regulated Materials (ORM), with the following exceptions: Hazardous waste as defined by 49 CFR; Hazardous substances as defined by 49 CFR; Inhalation hazar ds as defined by 49 CFR; Bio-hazards such as blood, urine, fluids and other non-infectious diagnostic specimens as defined by 49 CFR; and Ammunition or Explosives The North American Industry Classification System (NAICS) code 484220 Specialized Freight (except Used Goods) Trucking, Local, has been determined to be applicable to this requirement. The small business size standard, as published by the U.S. Small Busin ess Administration (SBA), for this NIACS code is $23.5 millions of dollars and may be found at www.sba.gov/size/sizetable2002.html. This effort will be awarded as a Multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a one-year base perio d and four one-year option periods. The base year is expected to begin 1 October 2006. The solicitation is expected to be posted on or about 16 May 2006 with an expected closing date of 15 June 2006, and will identify the exact date and location for the pr e-proposal conference. This solicitation will be released electronically only. In cases of conflict between the electronic (on-line) version of this RFP and any downloaded version of the RFP, the on-line RFP prevails. Offerors are e ncouraged to check the Federal Business Opportunities (FEDBIZOPS) website at http: www.fedbizopps.gov for any amendments to this solicitation as well as the SDDC website, www.sddc.army.mil. Select Doing Business with SDDC, select Solicitations more, se lect Fort Knox Local Transportation Services Amendments, if any, will be posted at this site. All information pertaining to this solicitation will be listed. This web posting will constitute the official copies of the solicitation; no paper copies will b e made available. The Points of Contact for this effort are Mr. Luis A. Pagan, Contact Specialist, Telephone: (703) 428-2010, email: paganl@sddc.army.mil and Mr. John A. Culmer, culmerj@sddc.army.mil; Telephone: 703-428-2016.
 
Record
SN01025709-W 20060413/060411220900 (fbodaily.com)
 
Source
FedBizOpps 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.