Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOURCES SOUGHT

V -- Transportation Services for Commodities

Notice Date
1/12/2011
 
Notice Type
Sources Sought
 
NAICS
484122 — General Freight Trucking, Long-Distance, Less Than Truckload
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region I, 99 High Street, Boston, Massachusetts, 02110
 
ZIP Code
02110
 
Solicitation Number
HSFE01-11-R-0003
 
Point of Contact
Carol H. Domingue, Phone: 6179567529, Twalla Gray, Phone: 6178324783
 
E-Mail Address
carol.domingue@dhs.gov, twalla.gray@dhs.gov
(carol.domingue@dhs.gov, twalla.gray@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FEMA Region One is contemplating a Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract (One base year plus four option years possible)for Transportation Services. This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to determine the set-aside category for this acquisition. FEMA Region One is seeking information regarding: (1) the availability and capability of qualified small business sources; (2) Small business category; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for the project is 484122. The small business size standard is $25.5M. Background: The purpose of this contract is to provide power units and trailer units to move non-hazardous commodities throughout the six (6) New England States (ME, NH, VT, MA, RI, CT) or potential affected areas outside of New England up to 600 miles during disasters and non-disasters. FEMA's Region 1 Logistics Branch, is primarily responsible for ordering and managing commodities throughout the New England area in support of the Federal, States and Locals mission. The contract should be available for utilization during disasters and non-disaster times. Program Objectives The objective of this contract is to provide Region 1 Logistics Branch the capability to move commodities throughout New England at a moment's notice in support of the Federal, State and Local's mission. Contract Objectives 1. Non Disaster Potential Requirements a. Contractor must provide a minimum of two (2) 53' tractor-trailer units within 24 hours at any given time during the contract period to move commodities. Provide an hourly and daily rate. b. Contractor must provide a straight truck to perform short haul moves within 24 hours at any given time during the contract period to move commodities. Provide an hourly and daily rate. c. Detention time at both portal locations should not exceed one (1) hour. d. Transportation area will include the six (6) New England states along with 600 miles outside of the New England area. 2. Disaster Potential Requirements a. Contractor must provide a minimum of (10) 48' - 53' trailers for hauling and temporary storage of commodities if the need arises. (Additional trailers will be identified to the contractor at the time of need and delivery will be negotiated at that time.) Four (4) trailers must be available within a two (2) hour turnaround time of services once award is executed or the services are ordered. Six (6) trailers must be available within a four (4) hour turnaround time of services once award is executed or the services are ordered. Daily and stand-by rate for each unit should be included in the contractor's price. b. Contractor must be available 24 hours a day once the award is executed or services are ordered. c. Detention time at both portal locations should not exceed one (1) hour and is included in the overall hourly and daily rates. d. Transportation area will include the six (6) New England states along with 600 miles outside of the New England area e. Contractor should consider dual drivers for long haul requirements to meet FEMA Region 1's timelines. Timelines will be determined disaster to disaster. f. Contractor must provide a standby rate for trucks that are required to be ready and available within 1 hour driver. If stand-by is requested, tractor trailers with drivers will await further orders from their current locations or will move to a location that FEMA Region 1 Logistics requires. Program Assumptions and Constraints The contractor is required to maintain all necessary Local, State and Federal licenses, certifications and other pertinent credentials required to complete necessary objectives. Contractor shall adhere to all Local, State, and Federal laws and regulations pertaining to occupant safety health OSHA. Contractor and all associated personnel will be required to obtain required security clearances deemed necessary to work for FEMA. Coordination shall be conducted with FEMA Contracting Officer's Technical Representative, (COTR), prior to and during transportation activities. Management Objectives FEMA Region 1 Logistics objective is to accomplish its mission of supporting citizens and first responders with rapid and cost effective transportation of commodities during disaster and non-disaster times. Upon completion of this contract FEMA will have secured the necessary means to effectively coordinate transportation of commodities throughout the New England area and within 600 miles of New England. Place of Performance Transportation, which is dependent upon the specific requirement, could potentially be needed throughout the six (6) New England States (ME, NH, VT, MA, RI, CT) or potential affected areas outside of New England up to 600 miles. Period of Performance The period of performance is one base year from date of award and up to four (4) additional option years possible. Capability Statement/Information Sought: Respondents must provide, as part of their responses, information concerning (a) staff experience, including their availability, experience, and training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capabilities; and (e) examples of prior completed Government contracts, references, and other related information. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement, as well as the eligible small business concern's name, point of contact, address and DUNS number. Information Submission Instructions: All Capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Carol H. Domingue, Contracting Officer, at carol.domingue@dhs.gov in MS Word, WordPerfect, or Adobe Portable Document Format (PDF), by January 28,2011, 10:00 AM, EST. **All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities, however, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegI/HSFE01-11-R-0003/listing.html)
 
Place of Performance
Address: Throughout the six (6) New England States (ME, NH, VT, MA, RI, CT) or potential affected areas outside of New England up to 600 miles., Boston, Massachusetts, 02110, United States
Zip Code: 02110
 
Record
SN02359191-W 20110114/110112234516-759dff2fdbf9fbd13a1586bdfe6c527f (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.