Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2003 FBO #0514
SOLICITATION NOTICE

V -- Freight Forwarding Services Munitions movement from various CONUS locations to various OCONUS locations

Notice Date
4/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Operations Support Command, ATTN: AMSOS-CCA , Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
DAAA09-03-R-0145
 
Archive Date
7/1/2003
 
Point of Contact
Steve Herman, 309 782 6091
 
E-Mail Address
Email your questions to US Army Operations Support Command
(HermanS@osc.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Description: a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; pro posals are requested. A written solicitation will not be issued. --- B) This solicitation is issued as a Request for Proposal (RFP). --- C) The solicitation/document/incorporated provisions/clauses are those in effect through FAC 2001-13. --- D) This solicitation is a Small Business Set-aside, with NAICS Code 488510 --- E) Solicitation is to provide for single FFS for government ammunition shipment of approximately 201, but not to exceed 210 20 foot (TEU) ammunition grade containers to locations in Germany, Sweden, and Norway. --- The Government will be responsible for packing, loading and transportation to the central demarcation port at Sunnypoint, NC, (also referred to as Military Ocean Terminal Sunnypoint (MOTSU) North Carolina) as well as for actual transportation of the cont ainers to the initial OCONUS destination port of Nordenham, Germany, and for downloading of containers at Nordenham to feeder vessels. Locations and container numbers for delivery are: Four locations total 1) EBV, Vogelsang, Germany - 112, 2) Pinnow, Germ any ? 15, 3) Vingaker, Sweden ? 44, 4) Lokken Verk, Norway ? 30. The Government will provide a listing of the container contents and quantities before the containers are delivered to the Sunnypoint location. --- Schedule: Containers to arrive at MOTSU (Sunnypoint, NC) in time to be loaded onto a ship 10 Jun 2003 with final delivery to OCONUS destinations by 31 Jul 2003. --- The Contractor shall be responsible for 1) Obtaining all necessary shipping containers ? 20 foot (TEU), Ammunition Grade. Empty containers must be initially delivered to government depots, and could originate from the following points: Anniston (ANMC), Blue Grass (BGAD), Crane (CAAA), Hawthorne (HWAD), McAlester (MCAAP), Tooele (TEAD), Red River (RRMC), Letterkenny (LEMC). 2) Obtain all foreign country clearances. 3) Complete all documentation and coordination required by the U.S., Germany, Sweden, and Norway, the receiving companies and any other entities to include, but not limited to, custom clearances, import licensing, manifesting and lading drayage. 4) Complying with all U.D., DoD and host country(s) national, state and local statutes and regulati ons addressing transportation, safety, and security requirements related to U.S. owned ammunition assets. 5) Ensuring all U.S. EPA documents to include waste manifests, Transfrontier Movement Tracking Forms and Transfrontier Movement and Waste Notification Forms etc., are properly processed at all ports (Sunnypoint, NC through destination), including obtaining all necessary signatures. 6) Transporting all assets by inland rail or truck with intransit security services equal to or greater than U.S. DoD requi rements to final destination IAW all host nation state and local requirements. 7) Cleaning of empty containers and removal of all markings/placards applied for the specific purpose of the freight forwarding contract and ensure that empty containers are cle ared from contractor premises, without delay after unloading by demil contractor. 8) Returning all vertical door-post retainer bars to ITO, Blue Grass Army Depot after removal from containers. --- F) The provision at 52.212-1, Instructions to Offerors-Commercial is included. Offerors must submit firm fixed price proposals on a per container basis. Award will be made on a Best Value Basis, therefore offerors must submit past performance information to include references (minimum of 3, maximum 5). Include contract numbers, names/companies and phone numbers, to which previous FFS were provided. For each reference describe the services provided, your experience with hazardous/explosive waste/material , types of ammunition shipped up to category 2 explosives, and your experience with security for these items. Each reference should not exceed 1 typed page. --- G) The provision at 52.212-2, Evaluation?Commercial Items is included. Paragraphs A and C apply. Factors for evaluation in A are: 1) Past Performance 2) Price, with Past Performance being more important than Price. Past Performance will be evaluated on 3 subfactors 1) Security-Offeror?s record of securing DoD munitions IAW U.S. DoD regulations, 2) Shipping/Movement of hazardous/explosive waste/material-offeror?s record of obtaining required licenses/permits/country clearances etc, with no notices of viol ation 3) Types of munitions-offeror?s record of shipping munitions up to and including category 2. An adjectival rating for each of these subfactors with an overall rating for Past Performance will be assigned. The invidvidual subfactor ratings will be s upported by narrative rationale for each rating. An offeror with no record of relevant past performance, or for whom information on past performance is not available, will be rated as ?Unknown Performance Risk?. Following are definitions of performance r isk that will be used to describe the results: High Performance Risk-Based on the offeror?s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Moderate Risk-Based on offeror?s performance record, s ome doubt exists that the offeror will successfully perform required effort. Low Risk-Based on offeror?s performance record, little doubt exists that the offeror will successfully perform required effort. In the case of an offeror without a record of r elevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Price will be determined by calculating per container price by total awarded. --- H) The provision at 52.212-3, Offeror Representations and Certifications?Commercial Items is included in its entirety. Offerors are advised to include a completed copy with your offer. --- I) The provision at 52.212-4, Contract Terms and Conditions?Commercial Items is included. Paragraphs A,B,C,D,E,F,G,I,K,L,M, Q,R, and S (except 7,8, and 9). Addenda to this clause include transportation requirements FAR References: 52.247-9,16,17,21, 22, 27, and 58. --- J) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders is incorporated. Paragraph A applies. Applicable paragraph C clauses are 1,2, and 4. Paragraphs D and E apply. --- K) For any questions either the Contracting Officer Steve Herman, (309) 782-6091, e-mail hermans@osc.army.mil, or the Contract Specialist Rosemary Hensley, (309) 782-5534, e-mail hensleyr@osc.army.mil may be contacted. --- L) Proposals are due 2 May 2003, by 4:00 CDT to Joint Munitions Command, Building 350, Attn: Steve Herman, Rock Island Arsenal, Rock Island, IL 61299-6000. --- Full text of the referenced clauses may be found at http://web1.deskbook.osd.mil/default.asp
 
Place of Performance
Address: US Army Joint Munitions Command ATTN: AMSJM-CCA-R Rock Island IL
Zip Code: 61299-6000
Country: US
 
Record
SN00312489-W 20030427/030425213619 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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