Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOURCES SOUGHT

V -- Market Research / Sources Sought for Stevedoring and Related Terminal Services (S&RTS) for the 833d Transportation Battalion in Seattle, WA.

Notice Date
3/23/2011
 
Notice Type
Sources Sought
 
NAICS
488320 — Marine Cargo Handling
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE11R0002-SS
 
Response Due
4/7/2011
 
Archive Date
6/6/2011
 
Point of Contact
MIGUEL A. COLUNGA-HUERTA, 618-220-5069
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(miguel.colungahuerta@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: REQUIREMENT TITLE: Seattle Stevedoring and Related Terminal Services (S&RTS) This is a sources sought announcement being released pursuant to Federal Acquisition Regulation (FAR) Part 10 - Market Research. Although a Request for Proposal (RFP) is anticipated to be released within the next six months, this Sources Sought Notice is issued solely to identify potential prime contractor sources and determine their capabilities to fulfill the Government's requirement listed below and does not constitute an RFP or a promise to issue an RFP in the future. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this Sources Sought. All costs associated with responding to this Sources Sought will be solely at the respondents' expense. Please be advised that all submissions become Government property and will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought. The applicable NAICS Code is 488320 -- Marine Cargo Handling; the Federal Classification Code (FSC) is V114 -- Stevedoring; the small business size standard is $25.5 million. The anticipated contract type is firm-fixed price, indefinite delivery/indefinite quantity. SERVICES TO INCLUDE, BUT ARE NOT LIMITED TO THE FOLLOWING REQUIREMENTS: The Contractor shall provide stevedoring and related terminal services (S&RTS) in connection with the receipt, processing, and/or loading/discharging of all vessels designated by the Contracting Officer Representative/COR. The Contractor shall provide sufficient qualified labor, gear and equipment and materials to satisfy the scope of the resultant contract, and make every effort to rectify any shortfall, for which the Contractor will be paid at the applicable commodity or labor-hour rates as designated in Section B - Schedule of Services of the resultant contract. This S&RTS requirement covers the handling of Department of Defense (DOD) sponsored export and import cargo for the SDDC, 833d U. S. Army Transportation Battalion (833d Trans Bn), Seattle, Washington. The operational area of responsibility will include providing stevedoring and related terminal services at the Ports of Tacoma, Seattle, Olympia, Everett, Hoquiam and Aberdeen, and any other commercial port facility located within Grays Harbor or the Puget Sound, Washington. The contractor must be capable of working multiple vessels simultaneously at multiple ports using 24 hour continuous operations. The Government reserves the right to conduct training and contingency operations for US Army personnel during a scheduled or contingency load or discharge for any vessel operation. The Contracting Officer or COR will advise the Contractor when such training or contingency operation is scheduled; such notification will be provided to the Contractor as soon as known, but should be provided at least 14 calendar days prior to the scheduled start of a normal Government operation, or as soon as possible for contingencies. During these training/special operation events, the Contractor will provide sufficient qualified labor as required to support vessel loading or discharge operations and related terminal operations. Such labor, when requested, will be compensated at the man-hour rates established in Section B - Schedule of Services. >>> Government Furnished Property. There are no facilities furnished by the Government for contractor use during the performance of the contract. Any Government Furnished Equipment (GFE) used by the Contractor will be hand receipted from the COR prior to the beginning of operations. All hand receipted materials will be returned by the Contractor to the COR upon completion of operations. Any information furnished the contractor is to be used FOR OFFICIAL USE ONLY (FOUO). The Contractor, at his own expense, will either repair all gear or equipment damaged in the course of his operations or reimburse the Government. When repair parts are not readily available to the contractor, the Government wiil supply such parts as it has in stock and the contractor will be billed at cost. Contractor will provide operator-level inspection of GFE and communicate any deficiencies or maintenance requirements to the COR for their attention. >>> Contractor Furnished Property. The Contractor shall furnish: (1)Office equipment, such as furniture, telephones, and commercial telephone services, and other material as will be required to maintain the Contractor's operation. [Overhead, G & A] (2)Wire cables, turnbuckles, shackles, clips, lumber, dunnage, chocking, and blocking materials, which may be required in the performance of the services hereunder. All supplies purchased by the contractor with prior approval of the COR will become property of the Government. The Government will reimburse the contractor for such materials/supplies as an out-of-pocket cost. These materials will be used in performance of work under this contract and are obtained for and on behalf of the Government, who will be the owner thereof at the time of acquisition. Serviceable material/supplies recovered from down- loading ships will be reused. Dunnage and lashing materials, furnished by contractor will be of grade, quality, size, and dimensions suitable for the intended use. The Contractor will deliver these materials to shipside or other designated location(s), as required. When the contractor furnishes any materials, from his own stock, he will submit a signed certification listing such materials with itemized costs. The ACO's certification, indicating prior approval of the quantity and prices, will be presented with the invoice for reimbursement, otherwise reimbursement will not be made. Contractor Furnished Equipment With the exception of equipment specified as Government furnished, the contractor must furnish all gear and equipment required to perform all services under this contract, to include appropriate material handling equipment (MHE) for handling 20 foot and 40 foot containers, with or without their lifting pockets, as required. Compensation for equipment is included in the Commodity Rates in Section B, Schedule of Rates. Equipment operated on the terminal must be maintained and operated in accordance with applicable federal/state laws and regulations, and OSHA regulations. Government Use of Contractor's Equipment If for any reason, the contractor is unable to perform services under this contract, it is agreed that the Government may elect to rent and that the contractor will rent to the Government such of the contractor's gear and equipment as had customarily been allocated to the performance of this contract at rental rates negotiated at time of requirement. The Government will accept such gear and equipment as it may elect to rent where is and as is, and furnish fuels lubricants, and operators. A joint condition survey will be made when the gear and equipment is turned over to the Government and also when returned to the contractor. The contractor will deliver such gear and equipment to a mutually agreed location. The government agrees to maintain the gear and equipment and to return it to the contractor in as good condition as originally received, fair wear and tear excepted. The rental period will continue for the duration of the contractor's inability to perform services under the contract, but not to exceed 180 days, unless extended or sooner terminated by agreement of the parties. The option to rent gear and equipment will cease upon the effective expiration date of the contract. (End of Section) Directions: Firms who wish to respond to this Sources Sought shall include their business size in accordance with NAICS Code 488320, CAGE Code, and any other US Government contracts held should they hold one. If you believe that your company has existing qualified personnel, relevant past performance experience, and the technical capability to perform these type of services AS A PRIME CONTRACTOR, please submit the following information: 1. Company name and mailing address 2. Company point of contact 3. Business Size 4. Capabilities statement describing the ability to perform the services described above along with past similar scope, size, complexity and relevance within the past three years. Provide the name of the project, contract number, value, and period of performance. PLEASE LIMIT YOUR RESPONSES TO FIVE (5) PAGES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4330cd3a19f4a0dcbb0a791c23c78c9e)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) ATTN: 833d Trans Bn Seattle WA
Zip Code: 98134
 
Record
SN02407841-W 20110325/110323234754-4330cd3a19f4a0dcbb0a791c23c78c9e (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.