MODIFICATION
V -- Defense Logistics Agency (DLA) Surface Small Package II (SSP II)
- Notice Date
- 6/20/2012
- Notice Type
- Modification/Amendment
- NAICS
- 484122
— General Freight Trucking, Long-Distance, Less Than Truckload
- 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
- HTC711-12-R-R009
- Point of Contact
- Belfield C. Collymore, Phone: 6182207132, David W. Stevens, Phone: 6182207132
- E-Mail Address
-
belfield.collymore@ustranscom.mil, david.stevens@ustranscom.mil
(belfield.collymore@ustranscom.mil, david.stevens@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: Military Surface Deployment and Distribution Command (SDDC) is responsible for providing surface transportation to meet national security objectives in peacetime and wartime. SDDC has a requirement for services to support the transportation needs of Defense Logistics Agency (DLA) for the movement of its routine small package non-expedited ground shipments, with no single piece weighing more than 150 pounds. The contractor will be required to provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide pickup, transportation, and delivery service to all commercial and military ZIP Codes (as defined by the U.S. Postal Service ZIP Code Directory) within the Continental United States (CONUS), Alaska, Hawaii and Puerto Rico. The requirement also includes pickup and delivery service to all Postal Code locations within Canada. The requirement will exclude small package delivery to Army Post Offices (APO), Fleet Post Offices (FPO), and U.S. Postal facilities (i.e. P.O. Boxes). The contractor must provide scheduled pickup service, from 18 DLA depot locations and multiple (currently 46) vendor shipping locations, and delivery service to all points in the CONUS, Alaska, Hawaii, Puerto Rico, and Canada for approximately 1,600,000 shipments annually. In-Transit Visibility (ITV) is mandatory for all packages shipped. The contract will be Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) with a Base Year and Three One-Year Option Periods. Period of performance will be from approximately 1 February 2013 through 31 January 2016. The $2,500.00 guaranteed minimum will be applicable only to the contract Base Year. The North American Industry Classification System (NAICS) is 484122 with a size standard of $25.5 million dollars. The contractor shall participate in the third party pay system (TPPS). The current authorized TPPS is U.S. Bank Freight Payment. Transportation Service Providers should contact U.S. Bank at 1-800-417-1844 or by email customer.support@usbank.com. All contractors interested in transporting Department of Defense freight must be approved in SDDC’s Freight Carrier's Registration Program (FCRP) prior to submitting a proposal. FCRP requirements and instructions are located on the SDDC website at http://www.sddc.army.mil/GCD/SiteAssets/SDDC%20Freight%20Carrier%20Registration%20Instructions.pdf. Contractors requiring further assistance may contact SDDC Operations Center at 1.618.220.4262. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) database in order to receive a contract award. If not registered, request an application by calling 866.606.8220 or by going to the website at http://www.ccr.gov. The unrestricted solicitation will contain a Small Business subcontracting requirement for offerors who are a Large Business. All responsible parties may submit a proposal, which shall be considered by the agency. The solicitation will be released electronically only. The solicitation will be available at the following website: http://www.fedbizopps.gov. The solicitation will be posted on Federal Business Opportunities on approximately 6 July 2012. The solicitation response date will be approximately 6 August 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-12-R-R009/listing.html)
- Place of Performance
- Address: CONUS, Alaska, Hawaii, Puerto Rico and Canada, United States
- Record
- SN02780604-W 20120622/120620235107-6b9a8b8fc3d855b104fe64a3c0aa7298 (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 |