Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOURCES SOUGHT

V -- Deep Sea Freight Transportation for CNMI/Guam

Notice Date
5/3/2017
 
Notice Type
Sources Sought
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Response Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE70-17-I-0001
 
Archive Date
6/1/2017
 
Point of Contact
Alfredia G. Allen, Phone: 2026463908
 
E-Mail Address
alfredia.allen@fema.dhs.gov
(alfredia.allen@fema.dhs.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a Sources Sought Notice. The purpose of this notice is to obtain information regarding: 1) the availability and capability of qualified sources, and 2) their size classification relative to the North American Industry Classification System (NAICS) for the proposed acquisition. The information provided herein is for informational purposes only. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is issued for information and planning purposes only and does not itself constitute a Request for Proposal (RFP). The Government does not intend to award a contract based only on responses to this Sources Sought Notice. All information received in response to this notice marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this notice. FEMA will not pay for information received in response to this notice. There is no commitment by the Government to issue an RFP, make an award or awards, or to be responsible for any monies expended by industry responses to this notice. The Government does not request any proprietary information be submitted, nor shall it be liable for any consequential damages for proprietary information. Any information submitted for this notice (e.g. capability statement) is subject to disclosure under the Freedom of Information Act, 5 USC 552 (a). 1. Background. The 2015 Pacific storms high-lighted the need for established transportation capabilities for response shipments from FEMA's Distribution Center - Guam to Rota and Tinian. The limited maritime providers coupled with high seas and competition for scarce resources, resulted in a backlog of disaster commodities and response personnel lacking equipment to meet the needs of the survivors. FEMA had to resort to airfreight to meet the required timeline. The end result were increased shipping costs, substantial delays, smaller shipments, and special equipment delivery being delayed due to dimension and weight restrictions, and limited availability of the appropriate type of aircraft to ship the equipment to destination. 2. Objectives: General: • FEMA is seeking information regarding vendor capabilities for transporting lifesaving commodities (e.g. generators, disaster commodities, emergency equipment) from its Distribution Center on Guam to the OCONUS locations within the Common Wealth of the Northern Mariana Islands (CNMI) to support disaster response and recovery efforts. • FEMA's transportation concept calls for vendors to pick up the prepackaged items from its Distribution Center on Guam and deliver these items 72 hours in advance of a major storm predicted to impact the islands of Saipan, Tinian and Rota. The primary objective is to deliver these items in advance of a predicted storm or as directed. The expected load foot print for the CNMI Initial Response Resources (IRR) Package shipment is 18 (40 foot) Sea Containers and 10 (50 foot) Flat Racks. Specifics: • Vendors must be capable of providing Multi-Modal Transportation • Vendors must be able to load and off load at designated locations • Vendors must have readily available assets (e.g. trucks, vessels, Material Handling Equipment and personnel) • Vendors must be able to meet FEMA's time line requirements a South Pacific Islands Response • Vendors must be capable of providing empty containers (20 foot and 40 foot) for immediate deployment as required by FEMA. • Vendors must be capable of providing immediate deployment of Flat Racks (40 foot and 50 foot) for movement of Generators and support equipment. 3. Questions to Industry: • What are your capabilities for fulfilling our requirements? • Can you meet the expected timeline? • What are your efficiencies for supporting our requirements? • How do you leverage existing technologies in the process? Response Format: In order to better assist in the review of submittals to this RFI, respondents are encouraged to prepare a capabilities statement and respond to questions in a format that closely adheres to the following format: The document format shall be either Microsoft Word (.doc or.docx), or Adobe Acrobat (.pdf) formats. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5" by 11" paper and shall not exceed ten (10) pages in length, including images, data displays, charts, graphs, and tables. Respondents are encouraged to ensure that their submittals are complete and address all items outlined within this notice. Respondents may provide additional promotional literature in addition to their response as long as the literature conforms to the response format. Response Deadline and Point of Contact Information: FEMA will only give consideration to submissions in response to this notice that are in the form of Microsoft Word and/or PDF (searchable format) documents attached to emails received no later than 3pm, Wednesday, May 17, 2017. Questions that have been received prior to this date will be submitted to the Program Office and responses will be posted the week of May 22, 2017. No phone calls will be accepted or returned. Interested parties may also submit as part of their statement of capability, a summary of past work that is related to this requirement. Administratively, the vendor's statement of capability shall also include the information listed below. 1. Company Name/Division, mailing address, e-mail address, telephone, FAX numbers, and website address (if available). 2. Single point-of-contact name, title, telephone, and email address. 3. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to be considered potential sources (https://www.sam.gov/portal/public/SAM/). 4. Applicable NAICS code under which the company customarily does business. 5. Business size for NAICS Codes _______ and ____________ and socio-economic status, if qualified as one or more of the following: a. 8(a) firm (must be certified by SBA) b. Small Disadvantaged Business (must be certified by SBA) c. Woman-Owned Small Business d. HUB Zone firm (must be certified by SBA) e. Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information pages) Industry Discussions If FEMA still has questions about a respondent's capability as it pertains to this notice, that vendor may be invited to a follow-on teleconference with FEMA. If needed, invitations will be provided approximately 4 weeks following the deadline to respond to this notice. Those respondents will be contacted directly by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/POS/HSFE70-17-I-0001/listing.html)
 
Place of Performance
Address: •FEMA Distribution Center, Bldg 100, Barrigada, Guam 96913 (Primary Receiving Location), •Saipan, •Port of Saipan, •Port of Tinian, •Port of Rotan, Barrigada, Guam, 96913, United States
Zip Code: 96913
 
Record
SN04493978-W 20170505/170503234443-1e938d6006e7278fef477d262f04bef6 (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.