Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441

HQ 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