SOURCES SOUGHT
V -- DoD Freight Transportation Services - Attachment 1 - Cybersecurity Certification and Accreditation
- Notice Date
- 1/28/2015
- Notice Type
- Sources Sought
- NAICS
- 488510
— Freight Transportation Arrangement
- 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
- HTC711-15-ZR05
- Archive Date
- 2/5/2015
- Point of Contact
- Lindsay D. Carr, Phone: 6182207034, David M. Hoag, Phone: 6182207082
- E-Mail Address
-
lindsay.d.carr.civ@mail.mil, david.m.hoag.civ@mail.mil
(lindsay.d.carr.civ@mail.mil, david.m.hoag.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Cybersecurity Certification and Accreditation REQUEST FOR INFORMATION (RFI) UNITED STATES TRANSPORTATION COMMAND (USTRANSCOM) DoD Freight Transportation Services HTC711-15-ZR05 1. Purpose This RFI is being issued for informational and planning purposes. Information gathered under this RFI will be used as market research. This means that information provided will be used exclusively within USTRANSCOM to facilitate decision making and will only be disclosed to the stakeholders of the requirement. This announcement is not a Request for Proposal (RFP) or solicitation of any kind. USTRANSCOM is not seeking or accepting unsolicited proposals for this requirement. This notice should not be construed as a commitment of any type by the Government to take or not take any action. Please note USTRANSCOM will not be responsible for any costs incurred by any entity which provides and/or attempts to provide information in response to this RFI. 2. Background USTRANSCOM is the Distribution Process Owner (DPO) for the Department of Defense and is the single entity to direct and supervise execution of the strategic distribution system. The mission of USTRANSCOM is to provide full-spectrum global mobility solutions and related enabling capabilities for supported customers' requirements in peace and war. USTRANSCOM has a responsibility to improve the overall efficiency and interoperability of distribution related activities within the Department of Defense. USTRANSCOM is the contracting activity for surface transportation requirements. The North American Industry Classification System (NAICS) code for this requirement is anticipated to be NAICS 488510, Freight Transportation Arrangement. The acquisition strategy of this requirement has yet to be determined. 3. Scope This requirement is in support of the Defense Logistics Agency (DLA) and the Defense Contract Management Agency (DCMA). The anticipated contract will provide Department of Defense Freight Transportation Services (DFTS). Services encompass support from receipt of the shipment request through final payment for services rendered. Support will include management of shipments to ensure required transportation is completed successfully, in a satisfactory manner. Transportation support is required for all DLA Freight All Kinds (FAK) shipments including, but not limited to, First and Second Destination, Scheduled Routes, DLA Disposition Services (formerly known as DRMS), Unit Moves, FEMA support, Humanitarian/Contingency support, Foreign Military Sales (FMS) and surge shipments. Services will be provided between DLA and DCMA locations and other Department of Defense (DoD) and non-DoD locations within the Continental United States (CONUS) via various equipment types. Routes may include multiple stops and split pickups. Shipper locations may be revised, increased, or decreased dependent on DoD structural changes, alignments, operational tempo, and business process changes. First Destination shipments currently moved under other contracts may be moved in accordance with this Performance Work State (PWS) as those contracts end. Sites in Alaska and Canada may also be added as necessary. Only single brokering is permitted for Less than Truckload (LTL), Truck Load (TL), and Scheduled trucks (no brokering restriction on air or rail shipments). 3. Description The Government desires fully burdened transportation rates that incorporate all tasks in the PWS, excluding International Customs Brokerage and system accreditation. As such, USTRANSCOM is seeking industry perspective regarding the pricing structure for this acquisition. A. Company Information: Name, CAGE Code, business size, company's website, any specific background/knowledge relative to this requirement. B. Industry Input: Please review draft solicitation language below regarding Implementation and Joint Test Plans. 1. Implementation Schedule. The Offeror shall submit their proposed implementation schedule. The Offeror shall identify a proposed timeline for implementing each location identified in the Shipping Site Implementation List identified in the PWS. The Shipping Site Implementation List provides the order in which the Government desires implementation; however, the Offeror may propose a different order for the Government to consider when a different order could provide a benefit to the Government, i.e., reduced costs, quicker implementations, etc., so long as all sites are implemented (fully operational, to include establishment of successful information systems connections to the required systems) no later than 28 February 2017. 2. Implementation Approach. The Offeror shall submit their approach to implementing new services/operations with minimal disruption to existing operations at each location. This shall include: •Establishment of successful information systems connections •Training of Government personnel in the use of the offeror's Traffic Management System, including track and trace process, report generation, etc. •Equipment availability, to include specialized equipment •Carrier familiarization with each shipping site's unique requirements oFor DLA Installations, address Offeror's approach to ensure carriers are familiar with location characteristics (dock locations, installation access, equipment pools, etc.) oFor Vendor Shipment Module (VSM) vendor locations, address Offeror's approach to ensure carriers are familiar with hours of operation and access for each pick-up location. oFor DLA Disposition, address Offeror's approach to ensure carriers are familiar with hours of operation and access for each pick-up location, including appointment schedule. •24-Hour support notification of a FEMA requirement 3. Joint Test Plan. The Offeror shall submit a joint test plan to fully implement and operationally test/validate IT interoperability and integration. The proposed plan shall include a description of the Offeror's operational testing procedures and approaches to successfully accomplish system deployment and establishment of new system interfaces. 4. White Papers Interested parties are requested to submit responses to the following questions. Responses should be concise (no more than 3 pages) and address only the information requested below. Again, this information will support market research activities within USTRANSCOM for the DFTS acquisition. The Government envisions establishing a fixed-price CLIN for system accreditation, to be billed/paid upon the first shipper site going live with all other associated implementation service charges to be included in the fixed-price transportation rate. Alternatively, the Government is considering including a fixed-price CLIN for all implementation services, per site, to be billed/paid upon successful implementation at each site. Question 1. Based on the PWS requirements for system accreditation, how would you propose pricing this service? Question 2. Are prices for implementation services normally included in the fully burdened fixed price transportation rate? If not, how would you price those services separately? Question 3. Do you have any other recommendations regarding the pricing structure for system accreditation and implementation services? Please provide a Rough Order Magnitude Estimate for both system accreditation and a per site implementation service price. 5. Response Instructions Responses to this RFI must be submitted to the POCs listed below via e-mail no later than 3:00p.m. Central Time, 4 February 2015. 6. Point of Contact (POC) Lindsay Carr Contract Specialist USTRANSCOM/TCAQ-R lindsay.d.carr.civ@mail.mil Dave Hoag Contracting Officer USTRANSCOM/TCAQ-R david.m.hoag.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-ZR05/listing.html)
- Record
- SN03626515-W 20150130/150128234704-12c5ab44e259e26414e2996622eae57d (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 |