|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441HQ Military Traffic Management Command, Attn: MTAQ-AS (ROOM 312), 5611
Columbia Pike, Falls Church VA 22041-5050 M -- CONTRACTOR OPERATION OF GOVERNMENT-OWNED FACILITIES -- POTENTIAL
SOURCES SOUGHT SOL DAMT01-99-R-2033 POC Christina Dossman, Contracting
Officer or Sheryl Pierce, Contract Specialist, Phone (703) 681-6640,
Fax (703) 681-7854 WEB: HQ, Military Traffic Management Command,
www.mtmc.army.mil. E-MAIL: Christina Dossman or Sheryl Pierce,
dossmanchristina@mtmc.army.mil or pierces@mtmc.army.mil. HQ, Military
Traffic Management Command (MTMC) is seeking to identify potential
sources and their capabilities to operate and maintain the Army's New
Military Ocean Terminal in Concord, CA as a
Government-Owned/Contractor-Operated (GO/CO) port. The port will
consist of approximately 6800 acres in the tidal area of the former
Naval Weapon Station, Concord. This port will serve as a transfer point
for the surface movement of Defense Transportation System (DTS)
ammunition required to support strategic mobility. This includes
strategic ammunition port management during a crisis or emergency
operation and participation as required in Joint Chief of Staff (JCS)
and/or U.S. Transportation Command (USTRANSCOM) sponsored exercises.
Training exercises utilizing Reserve components are expected to occur
during the year. During peacetime the terminal will be in a Reduced
Operating Status (ROS). The ROS status means that the terminal and
associated infrastructure and equipment will need to be maintained at
a level of readiness that allows full terminal operations within six
days of a MTMC activation order. Cargo is anticipated to be
containerized. Vessel types to be loaded and discharged will vary, but
Government intent is to primarily use cellular vessels. Two government
furnished container cranes, scheduled for installation on the terminal
in late 1999, will be available for use by the contractor. The
contractor shall be required to provide services and support to
include: a) all labor, to include stevedores qualified to receive,
stage, load, discharge and release ammunition to conduct operations as
directed by MTMC; b) facilities, utilities, vehicles and equipment,
equipment operations and maintenance, materials, supplies and repair
parts for government furnished equipment (GFE) and contractor furnished
equipment (CFE); c) administrative services (project planning, copying,
mail handling, information management, reports, briefings, meeting
support, etc.); d) communication services; e) custodial services; f)
disaster preparedness; g) environmental compliance and emergency
remediation; h) crane operators for 2, 40-ton container cranes, all
levels of crane maintenance, repair, certifications, spare/repair parts
needed to maintain less than 24 hrs down time; i) facility, railroad,
and grounds maintenance, construction and minor/major repair; j)
petroleum, oil, and lubricants, for buildings/equipment operation and
maintenance; k) refuse collection and disposal; l) safety; m)
locomotive maintenance and train crews; n) vessel/cargo scheduling; o)
cargo booking; p) documentation of cargo; q) clearance of cargo; r)
stow planning; and s) real time visibility of cargo operations. The
contractor may be required to utilize Government furnished
software/systems for some aspects of cargo operations. Full and open
competition with award of a firm-fixed price contract to one contractor
is contemplated. The projected date for release of a draft solicitation
is Jan 00 with a Pre-Solicitation conference to be held approx. Feb 00.
Performance is anticipated to commence 1 Oct 00. Interested sources are
requested to submit a statement demonstrating their capability to
perform the responsibilities and provide the services listed in items
(a) through (s) above. Responses are limited to five pages and are to
include in detail the following (as a minimum): name of firm and office
submitting the response, contact person, a description of the company
and its experience relative to the performance of this or similar
services, qualifications and experience of management and operations
personnel, experience and certifications with ammunition handling and
transportation, experience with facilities management and operations;
and must identify its business size and whether designated a Small
Business, Small Disadvantaged Business and/or Woman-Owned Small
Business. FAR 19.1 defines the size standards of a small business.
Standard Industrial Classification (SIC) code 8744 has been determined
to be applicable to this requirement. Sources interested in
subcontracting opportunities are also requested to submit the
information requested above. Responses on company letterhead must be
submitted no later than 5 Oct 99 to the following address: HQ, Military
Traffic Management Command, ATTN: MTAQ-AS (Ms. Pierce), Room 312, 5611
Columbia Pike, Falls Church, VA 22041-5050. Facsimile responses are
acceptable and should be submitted to Ms. Pierce's attention at FAX
(703) 681-7854. Posted 09/23/99 (W-SN383931). (0266) Loren Data Corp. http://www.ld.com (SYN# 0057 19990927\M-0002.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|