Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 02, 2021 SAM #6974
SPECIAL NOTICE

V -- Resource and Capability Transportation Support during Disasters (RCTSD)

Notice Date
12/31/2020 7:33:42 AM
 
Notice Type
Special Notice
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
FEDERAL EMERGENCY MANAGEMENT AGENCY
 
ZIP Code
00000
 
Solicitation Number
70FB7020R00000002
 
Archive Date
01/15/2021
 
Point of Contact
Isaac L. Chapple
 
E-Mail Address
Isaac.chapple@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov)
 
Description
Resource and Capability Transportation Support during Disasters (RCTSD) U.S. Virgin Islands & Puerto Rico� Solicitation #70FB7020R00000002 � Synopsis ������������������������������� ����������� Synopsis�������������������������������� ����������������������� Synopsis � This is a synopsis for commercial services prepared in accordance with FAR Subpart 5.207.� 70FB7020R00000002 will be a request for proposal (RFP) to provide National Cross Dock & Incident Support Base.� This requirement will be Full and Open.� �The NAICS code for this requirement is NACIS: 483111 � Deep Sea Freight Transportation. It is anticipated that multiple Indefinite Delivery Indefinite Quantity (IDIQ) awards will result from this solicitation.� FEMA intends to award a Hybrid Firm Fixed Price Service Contract with a base period of performance of one year with four twelve Month option periods.� The scope of this work encompasses contractor support to provide all personnel, containers, equipment, and facilities to perform Port Operations and Transportation Services from CONUS ports to the PR (to include Mona, Culebra, and Vieques) and USVI as well as retrograde support.� Transportation needs shall be prescribed by task order award.� Coordination, accountability, and supervision of these services by the contractor are essential to ensure success of the operation. 1.3.1 Period of Performance: The period of performance for the resulting IDIQ is one year with four one-year optional periods of performance. Each option year period shall not exceed 12 months in duration, unless mutually agreed upon and a formal modification issued by the FEMA Contracting Officer. Each task order issued will include a specific period of performance. All terms and conditions applicable to the base period shall extend to the option period(s) unless otherwise agreed upon and a formal modification issued by the FEMA Contracting Officer. The option year period(s) are subject to the availability of funds. 1.3.2 Place of Performance and Historical Location Information:� FEMA loading/ discharging (receiving) locations are provided as historical information. The following list does not represent all loading/ discharging points and may change contingent on disaster location and FEMA needs.� Based on knowledge of the requirement and timeline, the Contractor is encouraged to recommend alternate locations to better support the mission. Specific CONUS port locations will be specified in task orders when applicable, and categorized as either Mid Atlantic, South Atlantic, or Gulf Coast.� Other locations may be added to the list below but will be categorized as one of those three.� Some likely ports are: ����������� Joint Base McGuire-Dix-Lakehurst, NJ (Mid Atlantic) ����������� Fort Lauderdale, FL (South Atlantic) ����������� Jacksonville, FL (South Atlantic) ����������� Charleston, SC (Mid Atlantic) ����������� Port Canaveral, FL (South Atlantic) ����������� Port Everglades, FL (South Atlantic) ����������� Norfolk/Portsmouth, VA (Mid Atlantic) ����������� Houston, TX (Gulf Coast) ����������� Puerto Rico ����������� U.S. Virgin Islands 1.3.3 Hours of Operation. All contractor personnel are expected to be available and engaged in the response operations on a 24hr/7 day per week basis as set forth in the task order during response operations or as the situation dictates. Transportation operations must be continuous (without disruption) and shall operate on a continuous basis unless the United States Coast Guard (USCG), Department of Transportation (DOT), and Federal Aviation Administration (FAA) prohibits operation to severe hazardous conditions or other safety considerations. There cannot be any breaks in service due to lack of contractor personnel or contractor furnished equipment, resources and supplies. 1.3.4 Jones Act Compliance. In performing the work under this contract and task orders, the Contractor shall comply with the Section 27 of the Merchant Marine Act, 46 U.S.C. � 55102. 1.3.5 Travel. Contractor travel may be required to complete task required under the task order.� All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Joint GSA Federal Travel Regulations.� The Contractor shall be responsible for obtaining Contracting Officer (CO)/ Contracting Officer Representative (COR) pre-approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.3.6 Contingency Support.� In the event of the Department of Defense (DOD) contingency operations or other Homeland Security actions coinciding with FEMA�s disaster support, the Contractor shall fulfill the requirement under the task order without disruption to services. BASIS FOR AWARD: The Government will make awards to the responsible/responsive offerors whose offer will be most advantageous to the Government based on Best Value.� Inquiries can be e-mailed to Mr. Isaac L. Chapple at Isaac.Chapple@fema.dhs.gov.� The solicitation and any amendments to the solicitation will be posted on the beta.sam.gov web-page.� The internet address for downloading the solicitation is https://beta.sam.gov.��� Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM).�� Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d94c243915641f99480ef6d21c87941/view)
 
Place of Performance
Address: Washington, DC 20472, USA
Zip Code: 20472
Country: USA
 
Record
SN05883383-F 20210102/201231230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.