Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOURCES SOUGHT

V -- Blount Island Command Stevedoring & Related Terminal Services

Notice Date
7/1/2024 11:26:07 AM
 
Notice Type
Sources Sought
 
NAICS
488320 — Marine Cargo Handling
 
Contracting Office
COMMANDER ALBANY GA 31704-0313 USA
 
ZIP Code
31704-0313
 
Solicitation Number
M6700424R1014
 
Response Due
7/17/2024 12:00:00 PM
 
Archive Date
08/01/2024
 
Point of Contact
William Mike McGrattan, Phone: 9046965195, Erica Vaughn, Phone: 9046965004
 
E-Mail Address
William.McGrattan@usmc.mil, erica.vaughn@usmc.mil
(William.McGrattan@usmc.mil, erica.vaughn@usmc.mil)
 
Description
The Contract Support Management Office (CSMO), Blount Island Command (BICmd) located at the Marine Corps Support Facility Blount Island (MCSF-BI) Jacksonville, Florida, is interested in identifying sources for a five-year (base year with four option years) Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide stevedoring and related terminal services in support of the United States Marine Corps� (USMC) strategic Maritime Prepositioning Force program, in connection with the receipt, processing and/or loading/discharging of all vessels designated by the Government. Stevedores perform tasks in transferring cargo to and from the holds of ships and around the port area. Please refer to requirements described in the attached Draft Performance Work Statement (PWS) in the preparation of the requested capability statement. Required services are not required on a daily basis, but rather are required at intermittent scheduled timeframes for which the Government�s requirements must be met. This requirement will utilize NAICS Code 488320 �Marine Cargo Handling� with a size standard of $47M (as of 17 March 2023 reference www.sba.gov prior to responding to this RFI for updates to the table of size standards). The contract will be to provide stevedoring and related terminal services located onsite, at MCSF-BI and may deploy to other CONUS and OCONUS locations in support of exercises and contingency operations as required by the Government. The Government intends to award one contract for these services; however, services required at other CONUS and OCONUS locations may be provided by government personnel and/or other available collective bargaining employees (third party contractors) at specific locations as determined appropriate and in the Government�s best interest. We are seeking information from business firms with the capability to provide all of these requirements with the primary focus on services required at the Blount Island Command, Jacksonville Florida location. Any company submitting a response to this sources sought announcement shall provide objective documentation of their capability to provide all of the stevedoring and related terminal services. Objective documentation includes descriptive experiential literature, price lists (relevant to the Jacksonville Florida commuting/response area (2 hours) and catalogs for all stevedoring and related terminal services capabilities. Capabilities documentation must not exceed 25 pages. For comparison to the BICmd Stevedoring services requirements, please provide the total value of annual services, magnitude (quantity of items (i.e. Inbound/Offload (Import) and Outbound/Load (Export)), duration (number of days and total contract period of performance), and complexity of stevedoring services presented in your capabilities documentation. The submission of this information is not to be construed as a commitment by the Government to procure any services. The information derived from this sources sought announcement is to be used for market research and acquisition planning for the future development of a solicitation to meet the requirement for BICmd stevedoring and related terminal services and for the determination of availability of capable vendors for socio-economic set-aside consideration. Marine Corps� BICmd is looking for industry to provide current, accurate, and relevant information to determine whether the Government's needs can be met by services of a type customarily available in the common marketplace; service of a type customarily available in the marketplace with modifications; or services used exclusively for government purposes. Any company submitting a response to this sources sought announcement shall provide by 3:00 pm Eastern Daylight Time (EDT) on 17 July 2024: Company name, DUNS number, street address and point of contact with phone number and email address. Confirmation of current SAM registration. Please identify your Company�s size status (i.e. Small Business, 8(a) Program Participant, HUBZone, SDVOSB, WOSB, EDWOSB, or Other than Small Business) effective 17 July 2024 for NAICS 488320, Marine Cargo Handling. Identify experience providing similar stevedoring and related terminal services stevedoring, specifically addressing how your experience and capabilities correlate to the requirements described in the Performance Work Statement. Identify current Federal Supply Schedules (if relevant) and expiration date. ATTN: Telephonic inquiries will not be accepted. The information provided will be considered to determine the socio-economic set-aside of the requirement based on responses from capable companies. This SSS/RFI is issued solely for information and planning purposes and does not constitute a solicitation. The Government does not intent to award a contract on the basis of this SSS/RFI. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responses to this SSS/RFI will not be returned. The Government does not reimburse respondents for any costs associated with submission of the information being requested/received, nor reimburse expenses incurred to interested parties for responses to this SSS/RFI. All documentation shall become the property of the Government. Any information submitted by the respondents to this request for information is strictly voluntary. If respondent�s information contains proprietary data, please clearly mark as such, and restricted or proprietary data will be handled accordingly. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. Please submit all responses to both of the following points of contact: � Contracting Officer William McGrattan William.McGrattan@usmc.mil Contract Specialist Erica Vaughn Erica.Vaughn@usmc.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cd1ac3a6682442aa0c43430b80c76ae/view)
 
Place of Performance
Address: Jacksonville, FL 32226, USA
Zip Code: 32226
Country: USA
 
Record
SN07114334-F 20240703/240701230113 (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.