SOURCES SOUGHT
V -- Advanced Traceability and Control Program (ATAC)
- Notice Date
- 10/16/2009
- Notice Type
- Sources Sought
- NAICS
- 484230
— Specialized Freight (except Used Goods) Trucking, Long-Distance
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-10-ZR01
- Point of Contact
- Cynthia M. Woods, Phone: 618-622-2212
- E-Mail Address
-
cynthia.woods@ustranscom.mil
(cynthia.woods@ustranscom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Request for Information (RFI). There is no solicitation package available at this time. USTRANSCOM/TCAQ-R is seeking small business sources that may be able to provide complete transportation services of repairable DoD items within and between CONUS, Hawaii, Canada and all origin and destination points as indicated below. The program consists of transportation of repairable parts from two parent sites called Hubs, located on the West (San Diego, CA) and East (Norfolk, VA) Coasts, and smaller sites called Nodes, as well as other eRMS DoD and contractor facilities. The Norfolk site is considered a Hub for material receipt, consolidation and shipping purposes. San Diego is a Hub for the same receiving, consolidation and shipping purposes but is also designated as the sole Transportation Oversight/Management Hub. Repairables from nodes/eRMS (Electronic Retrograde Management Program) activities located outside of the continental United States (OCONUS), as well as mobile expeditionary node material is occasionally shipped to a DoD point of entry using Government assets. These shipments when picked up by the service provider and brought to a consolidation point will be incorporated into the overall consolidation effort in conjunction with other multiple pick up site freight. Further consolidated shipment of these assets will constitute a shipment from a single point of origin to a destination within a designated region. The Government requires the transportation services of one Contractor to move parts within and between CONUS, Hawaii and Canada. The Contractor must have the capability to meet U.S. and Canadian Customs requirements for shipments to and from Canada. Shipments will move by air for Hawaii shipments and/or surface within the following transportation channels: i.e. (a) Hub to a repair site or storage point (NRFI); (b) Node to a hub, repair or storage point (NRFI); (c) Transshipment point (Travis AFB to a hub; Norfolk Air Terminal to a hub, storage or repair point) (NRFI); (d) Local pickup (IAW Appendix E) to a node or hub (NRFI); (e) Repair point to end user or stock point (RFI); (f) Stock point to repair point (RDO). Also included is an express service requirement for shipments (NRFI) that must be expedited from a hub or node to points throughout CONUS and Canada. These urgently required shipments are known as Carcass Express items. Other transportation phases of the program include express service for Repair and Return (R&R) shipments. The Contractor shall maintain complete in-transit visibility over material and provide verifiable Proof of Receipt (POR), Proof of Transaction (POT), Proof of Shipment (POS) and Proof of Delivery (POD) at each point where material custody changes through timely, daily reporting using specified Electronic Data Interchange (EDI) Transaction. Other services required include: Packaging and Palletizing, Creating Passive Radio Frequency Identification (pRFID) tags/labels and attaching them to pallet loads, Coordinating shipments up to 150 lbs with DoD Domestic Express carriers. Using Government owned IT systems such as Electronic Retrograde Management System (eRMS) to receive pickup directives (PUDs), Regions are as follows: Regional Grouping Code Narrative Description Region 0 0R Canada: All provinces and territories Region 1 1R ME, VT, MA, RI, CT, NY, NJ, NH Region 2 2R PA, DE, MD, DC, VA, WV, KY Region 3 3R MI, WI, OH, IN, IL Region 4 4R NC, TN, SC, GA, AL, MS, FL Region 5 5R MN, ND, SD, IA, NE, MO, KS Region 6 6R AR, OK, LA, TX Region 7 7R MT, WY, CO, UT, NM, AZ Region 8 8R ID, WA, OR, NV, CA (Note: does not include Alaska or Hawaii) Region 99RHawaii/Alaska This agency has not made a final commitment to procure the stated requirement and this RFI should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This agency is interested in obtaining responses to this RFI form prospective contractors, but no contractor shall be reimbursed for providing this information. The applicable North American Industry Classification System (NAICS) code is 484230. The SBA size standard for this NAICS is $25.5 million. All information provided by the contractor will become the property of USTRANSCOM and will not be returned. All information obtained from this RFI will be used as market research. If you submit proprietary data, please mark it clearly with the appropriate markings. Further action on this anticipated requirement will be determined following review of the responses to this RFI. Responses are requested by 2:00 p.m., CST 30 October 2009. All interested parties should submit a portfolio of your capabilities and include a point of contact, phone number, fax number, and email address. Also include your business size and Duns Number. In addition, please respond to the following questions. 1. What length of time would you recommend for the base year? One year or two years? 2.What length of contract is common to this industry, 3, 4, or 5 years? 3.What pricing structure would you recommend? 4.How is this type of service usually priced? 5.What types of problems are you currently encountering within your industry? 6.Timeline information. From your experience, how much time is typically needed for training, coordination and business process change work and other non-IT system work prior to accepting the first shipment for movement? All correspondence regarding this RFI should be addressed to Cynthia Woods, Contract Specialist, USTRANSCOM/TCAQ-R, email Cynthia.Woods@ustranscom.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-10-ZR01/listing.html)
- Record
- SN01986743-W 20091018/091016234630-1b07180f1cc78242233280ba1384f678 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |