Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOURCES SOUGHT

V -- Surface Transportation Contract

Notice Date
4/17/2009
 
Notice Type
Sources Sought
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-09-0013
 
Archive Date
5/8/2009
 
Point of Contact
Teresa Maria Perry,, Phone: 6182566628, Belfield C. Collymore,, Phone: 618-256-6626
 
E-Mail Address
teresa.perry@ustranscom.mil, belfield.collymore@ustranscom.mil
 
Small Business Set-Aside
N/A
 
Description
Description: SOURCES SOUGHT ONLY: Military Surface Deployment and Distribution Command (SDDC) is responsible for providing for the transportation needs of the Department of Defense (DOD) including the movement of DOD freight traffic and U.S. Government shipments of Foreign Military Sales material. SDDC has a requirement for a firm fixed-price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for the surface transportation of freight all kinds (FAK) and hazardous materials (HAZMAT) shipments within the Contiguous United States (CONUS) and is seeking interested small business sources capable of providing the services required. The contractor shall furnish all labor, supplies, materials, supervision, transportation, equipment and performing all operations required in connection with the IDIQ contract. The NAICS code is 484121. A. This sources sought notice is to determine if this requirement should be set aside for small business participation in accordance with FAR 19.502-2(b). The market research survey is to identify small business capability to perform the following requirement: 1. The work includes the surface transportation of approximately 12,500 truckload (TL) and 12,000 less-than-truckload (LTL) freight all kinds (FAK) and hazardous materials (HAZMAT) shipments within the Contiguous United States (CONUS). 2. Provide monthly performance reports to the Contracting Officer. B. The following will be a contract requirement: 1. Carrier shall be an approved DOD freight carrier. (Approved by the Military Surface Deployment and Distribution Command’s (SDDC) Freight Carrier Registration Program (FCRP)). See the following website for complete details: http://www.sddc.army.mil/public/Doing+Business+with+SDDC/ 2. Carrier shall be certified to transport hazardous materials (HAZMAT). 3. Carrier shall participate in the US Bank PowerTrack billing and payment system. 4. Carrier shall transmit shipment data to US Transportation Command’s (USTRANSCOM) Global Transportation Network (GTN). 5. Carrier shall participate in DOD’s Electronic Commerce/Electronic Data Interchange (EC/EDI) program. 6. Carrier shall provide web-based track and trace capability for all shipments. C. The guaranteed contract minimum is $25,000 which applies to the basic one year period only. The contract period will be for a base one-year period with two (2) one-year option periods. The Government reserves the right not to exercise the option year periods. D. In the event the Government issues a 100 percent Small Business Set-Aside request for proposal (RFP), FAR Clause 52.219-14—Limitations on Subcontracting will apply. FAR Clause 52.219-14 is a mandatory, material solicitation requirement; therefore, the small business prime contractor will be required to agree to perform at least 50 percent of the cost of contract performance incurred for personnel with its own employees. In addition, the small business prime contractor will be required to submit a plan describing how they will comply with this mandate. An excerpt from FAR Clause 52.219-14 is below: FAR Clause 52.219-14 (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for— (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. E. The information obtained in response to the questions listed below are for market research and will help determine the most suitable approach to acquire the services listed in the sources sought notice. The small business size standard for NAICS code 484121 is $25 million. 1. If your business is a small business, what type is it? (Small Business, HUBZone SB, SDB, WOSB, Service-Disabled VOSB) 2. What is your DUNS number and CAGE code? 4. Is your business capable of transporting approximately 12,500 truckload (TL) and 12,000 less-than-truckload (LTL) shipments throughout the Contiguous United States (CONUS) each year? 5. If this requirement is set aside for small business, does your company intend to submit a proposal for this requirement? 6. If this requirement is set aside for small business, will your business be able to comply with the requirement of FAR 52.219-14 (prime contractor must perform at least 50 percent of the cost of contract performance incurred for personnel with its own employees)? 7. If you answered yes to question 6, briefly describe in sufficient detail how your company will be able to accomplish the surface transportation requirements while simultaneously meeting the requirements of FAR Clause 52.219-14—Limitations on Subcontracting. This description is limited to one page. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR INFORMATION ONLY. INFORMATION PROVIDED IS STRICTLY VOLUNTARY. THIS AGENCY HAS NOT MADE A FINAL COMMITMENT TO PROCURE THE STATED REQUIREMENT AND THIS MARKET RESEARCH SHOULD NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF SUCH PROCUREMENT. This agency seeks to obtain responses to this sources sought notice from interested small business contractors, but no contractor shall be reimbursed for providing this information; therefore, USTRANSCOM will accept the requested information in whatever format it is provided. All information provided by the contractor will become property of USTRANSCOM and will not be returned. Electronic mail responses are due by 1600 CST on 23 April 2009. Responses must include the solicitation number in the subject line. Responses should contain the name of the business, a point of contact, telephone number, fax number, and e-mail address. Interested parties capable of performing this requirement should e-mail responses to: teresa.perry@ustranscom.mil Point of Contact: Teresa Perry, Contract Specialist, Phone 618-256-6628, Fax 618-256-6419, Email teresa.perry@ustranscom.mil or Belfield Collymore, Contracting Officer, Phone 618-256-6626, Email belfield.collymore@ustranscom.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e259da4fd9b93733521e83fb1be1efa7&tab=core&_cview=1)
 
Place of Performance
Address: CONUS, United States
 
Record
SN01796391-W 20090419/090417221116-e259da4fd9b93733521e83fb1be1efa7 (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.