Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2016 FBO #5433
SOURCES SOUGHT

V -- TAN Transportation Capability

Notice Date
10/6/2016
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-16-SS-5010
 
Archive Date
11/22/2016
 
Point of Contact
BRIAN R ROSE, Phone: 717 770-4673, Meg M Ross, Phone: 717 770-6611
 
E-Mail Address
brian.rose@dla.mil, margaret.ross@dla.mil
(brian.rose@dla.mil, margaret.ross@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency (DLA) Distribution is issuing this Sources Sought Announcement for planning purposes only. DLA Distribution is planning to establish a Transportation support capability in the Arabian Peninsula to serve as the primary conduit for cargo in support of the Trans Arabian Network (TAN) initiative. The purpose of this Source Sought (SS) is to determine if there are commercial sources capable of providing, maintaining and operating a Contractor-Managed Transportation capability to include clearing boarder and customs requirements while meeting established delivery timeframes across the TAN. General scope of this requirement is to provide information on: (A) Transportation capability (multiple trucks per week) from the DLA Distribution facility in Bahrain (DDNB) to customers in Iraq, Kuwait, Qatar, Jordan, KSA, Oman, and UAE; (B) Ability to meet a timeline of no more than 18 days from notification to delivery inclusive of customs clearance on behalf of the US government with duty free movement; and (C) Ability to demonstrate a 90-day proof of concept whereby sustained capabilities of requirements are achieved. Instructions to Interested Parties: Interested parties are requested to provide a Capabilities Statement that presents an overview of the parties' capability to perform each of the lettered and numbered requirements detailed in Sections A through F, as well as providing the requested information in Section G (Interested Party Information). The Capabilities Statement shall address each of the lettered and numbered requirements in the same order they are listed in this Sources Sought Notice so that the Government can establish that the interested party is capable of meeting all of the requirements. A.Transportation: 1.Briefly describe the capability to provide transportation services to deliver Class II (Individual Equipment), Class III (P) (Packaged Petroleum Oils and Lubricants), Class IV (Construction), and Class IX (Repair Parts) material from DLA Distribution Center Bahrain to customers in Iraq, Kuwait, Qatar, Jordan, KSA, Oman, and UAE. This service will include multiple trucks per week. B.Timelines: 1.Briefly describe the capability to meet the timeline of 18 days from notification to delivery, which includes customs clearance on behalf of the US government with duty free movement. C.Regulatory 1.Briefly address process to adhere to all host nations laws, regulations, and sponsorships, as well as applicable federal, DoD, DLA and host nation standards, regulations, and policies, including environmental guidelines if applicable for Hazardous and Non-hazardous cargo movement in and between countries. D.Proof of Concept: 1.Briefly describe the capability to demonstrate a 90-day proof of concept whereby sustained capabilities of requirements are achieved and maintained. E.Security of Government Cargo Interested parties' capability statement shall address the ability to comply with all DoD mandated security requirements as well as the Defense Travel Regulation Part II, Chapter 205 F.Operations: 1.Interested parties shall discuss the capability to: a.Provide licensed/certified Equipment Operators and a labor force (whether Third Country Nationals (TCNs) or Local Nationals (LNs)) capable of transporting material. b.Ensure compliance with all country labor laws and obtain necessary clearances. c.Provide an experienced English speaking management team. d.Provide the minimum timeline to begin operations after authority to proceed to include a workforce hiring plan, transportation of material, board and customs clearances; loading and unloading operations (at customer locations), and proof of concept plan. G.INTERESTED PARTY INFORMATION 1.Interested parties responding to this notice should provide the following: a.The primary Point of Contact to discuss the Capabilities Statement, inclusive of the POC's name, phone number and e- mail address b.Whether the Party is, or is not, a small business concern, a service-disabled veteran owned small business, or a HUB Zone business concern as defined in FAR 52.219-1 for NAICS Code 493110, or is a foreign entity. c.Whether the Party is, or is not, registered in the System for Award Management (SAM). (Formally known as the Central Contractor Registration (CCR)). d.Whether the Party does, or does not, currently have an Accounting System approved by their cognizant Defense Contract Audit Agency (DCAA). 2.This is a Sources Sought Announcement to be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT REQUEST. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. No telephone calls will be accepted requesting a bid package or solicitation. Please provide capability statements either by mail or email no later than 12 P.M. EST, November 7, 2016. For questions, e-mail the contract specialist Brian Rose at brian.rose@dla.mil. Mail to: DLA Distribution Brian Rose, Acquisitions Operations (DLA Distribution-AB) J Avenue, Building 404 New Cumberland, PA 17070 Email to: brian.rose@dla.mil Phone:(717)770-4673
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-16-SS-5010/listing.html)
 
Record
SN04299548-W 20161008/161006234147-20a1102df099f110973f057c38e358ee (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.