Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281

HQ MTMC, Attn: MTAQ-AF, Rm 312, 5611 Columbia Pike, Falls Church VA 22041-5050

V -- RAIL CAR TRACKING SERVICES SOL DAMT01-99-Q-0001 DUE 022399 POC Contacts: Mr. Charles Winslow, Contracting Officer, Mr. Dan Carstens, or Mrs. MiSuk Cox at Tel (703) 681-3515 or Fax (703) 681-5714 E-MAIL: click here to contact the contracting officer via, winslowc@baileys-emh5.army.mil. Description: The Military Traffic Management Command (MTMC) is issuing a combined synopsis/solicitation, prepared in accordance with the format in FAR, Subpart 12.6, as supplemented with additional information in this notice, for a contract to provide a Rail Car Tracking System and Rail Car Tracking Services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) #DAMT01-99-Q-0001. This is a 100% small business set-aside and SIC is 4789. This RFQ will result in a firm fixed price contract. The POCs above shall be contacted to receive attachments. All contractors must be registered in the Department of Defense (DOD) Central Contract Registration (CCR) database to be eligible to receive an award. Registration can be accomplished through the World Wide Web by accessing the CCR Web Site http://www.acq.osd.mil/ec. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center (ECIC) at 1-800-334-3414. You can verify you registration by calling 1-800-841-4431, commercial 616-961-5757, of via Internet: http://ccr.edi.disa.mil/ccr/cgi-bin/status. A DUNS number is required to verify contractor registration. All Quotations shall be submitted on company letterhead and signed by a corporate officer. The quotation may be submitted in person, via mail, or via fax. The quotation must be received no later than 4:00pm, 23 Feb 99. If the contractor does not state an acceptance period, thirty (30) days from the receipt of the proposal will be the official acceptance period. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Price and past performance factors shall be used to evaluate offers. Past performance is moderately more important than price. The contractor shall submit a minimum of three (3) completed 'Past Performance/Past Experience Questionnaires' from references familiar with the contractor's past performance and experience, with their quote. Call to request a faxed copy of the 'Past Performance/Past Experience Questionnaire'. Schedule of services: CLIN 0001 Provide Rail Car Tracking Services (Flat monthly rate based on 1,667 Cars per Month) 7 MO $______per month. CLIN 0002 Provide Rail Car Tracking Services in excess of the cumulative total of 11,667 rail cars for the 7 month period (Paid at contract end), 1 car $______per car. Description: Rail car tracking system: HQMTMC, Joint Traffic Management Office (JTMO), seeks an integrated system for rail car tracking. The system must provide quick responses to personnel located at the Deployment Support Command (DSC), Fort Eustis, Virginia, and HQMTMC, Falls Church, Virginia, and, enabling daily tracking of rail cars from military activities to destinations throughout the continental United States (CONUS) including Alaska, and Canada and Mexico. It is essential that thesystem developed be compatible with seven Pentium computers with components and operating system shown on attachment 1. The contractor shall provide up to date commercial automated rail car tracking services which will enable personnel located at the DSC and HQMTMC to determine specific car locations seven days a week, twenty-four hours a day (including Federal, state and local holidays). Period of performance is 01 Mar 99 -- 30 Sep 99. The system will include the capability to track daily rail car locations on each unique movement between specified origins and destinations; the capability to provide the location and estimated date/time of arrival on bad ordered car(s) in transit; the capability to provide the location and estimated date/time of arrival on rail car(s) delayed in transit for reasons other than bad ordered (high/wide loads, etc.); the capability to provide ad hoc (query) and routine hard copy reports on a daily basis, on both active and historical moves; the capability to provide emergency traffic management reports to DSC/HQMTMC on accidents, incidents, strikes, derailments concerning DOD freight on railroads; the capability to provide cognizance of and visibility over empty cars planned for loading; the capability to establish detailed origin to destination (interchanged through multiple railroads) scheduling based on established parameters; the capability to provide an analysis of management information to be used to improve the quality of rail service; the capability to take published train schedules, historic transit times, and build a logic map of all expected key events-the pull/departure dates, all arrivals and departures from yards in transit, interchange arrival and departures, etc. for each move; the capability to proactively monitor the intransit movements of cars, managing actual activity against expected activity of cars enroute to ensure required delivery dates are met; the capability to provide exception reporting for cars not meeting established schedules; the capability to work with the railroads to obtain expediting service, for any deviation greater than 6 hours, to get cars back on schedule (This will require contractor to coordinate with DSC); the Capability to give advance notice to the receiving activities of train arrivals to enable them to prepare to receive and offload rail cars; the capability to create a historical database of rail transit time experienced between any two points that will become a standard and allow the Government to forecast transit time on shipments over that route; the capability to create a service recovery when rail cannot meet the RDD due to delays which develop enroute: Monitor a transload from rail to truck or air transport in order to meet the RDD. Maintain intransit visibility on the final portion of the transit by truck or air modes. Capability to identify enroute sensitive freight requiring Rail Surveillance Service (RS) or Tank Surveillance Service (TS). Capability to identify root causes of service problems: Document whether performance isdeclining or improving by route. This includes an ability to compare previous period against the most current period to see if current performance in rail service is above, below, or on track with previous service experienced on that transit. Compare previous period of performance against the most current period to see if current performance in rail service is above, below, or on track with previous service experienced on that transit. Capability for reports to be exported to EXCEL spreadsheets for use as desired by government analysts. Capability to utilize agile metrics, i.e, ability to react to, and the potential to respond well to unexpected change. These agile metric charts will be provided, as needed. The contractor shall provide tracking capability from the time rail cars leave origin shipping activity until they arrive at the destination location. Provide data elements that are required for purposes identified above (data elements will be addressed in detail under the reports section below). Provide an automated system capable of populating, retrieving, editing and updating the data base. Evaluate our seven Pentium personal computers in order to obtain the car location data via the Internet. Utilize the Internet (NETSCAPE) as the means of sending secure car location data to the DSC and HQMTMC. Utilize Military Traffic Expediting (MTX) Service reports generated by military installations as the basis for determining the date/time to start the clock for rail car tracking purposes. These reports will be sent to the contractor by military installations prior to the cars being pulled. See attachment 2 for sample a copy of the MTX report. Train up to six personnel on site at DSC and up to six personnel on site at HQMTMC to utilize the car tracking software and provide seven system user's manuals (one manual per computer). Provide report generation capability twenty-four hours a day, seven days a week, including all Federal, state, and local holidays. The system will be updated on a continuous basis to provide the most current car tracking data. There will be two broad categories of reports required as follows: Ad hoc (query) and routine hard copy reports containing the most up-to-date car location data shall be available on a daily basis. The most current data will be available to the DSC and HQMTMC NLT 7:00 am, eastern time. Data elements to be included in these reports are: Carrier SCAC; 800 or other number to contact rail personnel capable of addressing questions/concerns; train identification number; rail car(s) identification number(s) pulled by the involved train; origin of rail car(s); destination of the rail car(s); current location of the rail car (interchange location, etc.); route of the shipment; determination if the actual route was the preferred route, estimated date/time of arrival if rail car(s) is behind or ahead of schedule; and an explanation or analysis of why the car is behind or ahead of schedule (to ensure off loading capability is available at destination when required). If the car(s) is delayed, contractor will accumulate the number of days of the delays on output reports. Included in historical reports would be reports containing rollup statistics on unit movements by quarter and by fiscal year using the data elements shown above. Other reports will show unit move trends to include graphic data of locations where cars were bad ordered for individual moves; graphic data showing where the actual route used was not the preferred route; and similar reports enabling the Government to identify and correct problems in the rail system. The format of all reports will be proposed by the contractor for the review and approval of Government personnel. Provide DSC and HQMTMC toll-free access 24 hours per day, seven days per week to a contractor representative to address system problems. Provide agile metrics to measure the strategic ability of DSC/HQMTMC to recognize external change and to continually operate effectively in response to externally driven unpredictable changing requirements. Sophisticated, agile assessment tools for rail transportation are needed to interpret challenges and opportunities and establish solutions to problems as they arise. Snapshot charts of current operations and procedures can be taken and analyzed. The government will provide the contractor with information, including but not limited to: Provide users within the DSC and HQMTMC by location, unique password (the system is secure to authorized personnel only). Provide reporting requirements for recurring reports, to include archive requirements. Furnish a contracting officer's representative (s) (COR) who will be available during testing, and to oversee implementation. COR (s) will also be the source for addressing technical questions during the time frame of the contract. Provide to the contractor MTX reports in a timely fashion, which includes number of rail cars to be tracked, commodity (ies), origin, destination, including junction points if interlined with other carriers, and anticipated start up and delivery date/ti Posted 02/09/99 (W-SN296430). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0130 19990211\V-0001.SOL)


V - Transportation, Travel and Relocation Services Index Page