MODIFICATION
V -- World Wide Express (WWX) 5 Express Package Service - Past Performance Questionnaire
- Notice Date
- 2/24/2011
- Notice Type
- Modification/Amendment
- NAICS
- 492110
— Couriers and Express Delivery Services
- 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
- HTC711-11-R-C001
- Point of Contact
- Timothy A. Gould, Phone: 618-220-7057, Jacquelyn M. Stepka, Phone: 6182207131
- E-Mail Address
-
timothy.gould@ustranscom.mil, Jacquelyn.Stepka@ustranscom.mil
(timothy.gould@ustranscom.mil, Jacquelyn.Stepka@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Questionnaire This is not a Request for Proposal (RFP). Note: Market Research was conducted under solicitation number HTC711-11-R-W002; this number will change to HTC711-11-R-C001 for all future correspondence. This is a presolicitation notice for U.S. Transportation Command's (USTRANSCOM) upcoming requirement to procure international commercial small package express service for the United States (US) Federal Government (hereafter referred to as US Government). This is the follow-on requirement for the World Wide Express (WWX) Program. The contractor is required to provide time-definite, door-to-door pick-up and delivery, transportation, timely and accurate intransit visibility (ITV), Government Third Party Payment System participation, and customs clearance processing. The contractor shall provide these services for shipments up to and including 300 lbs. Service will be required from Continental United States (CONUS) to Outside Continental United States (OCONUS), OCONUS to CONUS (retrograde routes), and OCONUS to OCONUS locations (lateral routes). CONUS includes Alaska, Hawaii, and Puerto Rico. The minimum on-time delivery performance requirement is 95% for all locations identified in Attachment 1. The period of performance will consist of a one year base period effective 1 October 2011 through 30 September 2012, and four (4) one-year option periods effective 1 October 2012 through 30 September 2016. Included in this presolicitation notice are the following DRAFT documents: Performance Work Statement (PDF File: Draft_WWX_5_PWS), Attachment 1, Schedule of Supplies/Services - bid schedule (Excel File: Draft_Attachment_1), CENTCOM Safety and Oversight Audit Checklist (PDF file: Draft_CENTCOM_Safety_Audit) and 52.212-1 and 52.212-2 (PDF File: Draft_52.212_1_2) Instructions to Offerors and Evaluation Criteria. Prospective offerors may provide input on these documents to the POC(s) identified in this notice by 28 December 2010. Responses received after 29 December 2010 may not be considered. Only Civil Reserve Air Feet (CRAF) air carriers are eligible to participate in this program. All responsible CRAF sources will be considered. Also, be advised that all interested parties must be registered in the Central Contractor Registration (CCR) database in order to receive a contract award. If you are not registered, you may request an application via 888-227-2423 or go to website http://www.ccr.gov. The Government is contemplating the award of approximately five (5) Indefinite Delivery, Indefinite Quantity (IDIQ) contracts as a result of this solicitation (when issued). The NAICS code for this requirement is 492110. An RFP will be available on Federal Business Opportunities in March 2011. No hard copies of this solicitation will be issued. The solicitation will be available only at the FedBizOpps website, http://www.fbo.gov. All comments should be addressed to Jackie Stepka, Contract Specialist (618) 220-7131, email: Jacquelyn.Stepka@ustranscom.mil, Lynda Ciaruffoli, Contract Specialist (618) 220-7092, email: Lynda.Ciaruffoli@ustranscom.mil, or Tim Gould, Contracting Officer (618) 220-7057, email: Timothy.Gould@ustranscom.mil. 24 February 2011: Past Peformace Questionnaire for WWX-5 Solicitation is available to potential offerors. The official solicitation is expected to be released and posted to FedBizOpps in late March. This is a reminder that potential offerors are responsible for checking FedBizOpps for new opportunities or updates to notices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-11-R-C001/listing.html)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN02386770-W 20110226/110224234409-be478a3c168dc456a7da8984c6928539 (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 |