SOLICITATION NOTICE
V -- TRANSS II - DRAFT PWS
- Notice Date
- 8/1/2012
- Notice Type
- Presolicitation
- NAICS
- 488490
— Other Support Activities for Road Transportation
- 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-R011
- Point of Contact
- Belfield C. Collymore, Phone: 6182207038, Teresa Maria Perry, Phone: 618-220-7110
- E-Mail Address
-
belfield.collymore@ustranscom.mil, teresa.perry@ustranscom.mil
(belfield.collymore@ustranscom.mil, teresa.perry@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT VERSION OF PERFORMANCE WORK STATEMENT V - TRANSPORTATION SAFETY AND SECURITY II (TRANSS II) 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 its inspection of approved Department of Defense (DOD) transportation carriers within the Continental United States (CONUS). The Government intends to award a contract to one (1) offeror under the solicitation. The contract will be Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) with a Base Year and Four One-Year Option Periods. Period of performance will be from approximately 1 February 2013 through 30 September 2018. The contractor will be required to perform all services identified in the solicitation. The contractor will be required to furnish the labor, business approach and strategy necessary to schedule inspections and inspect corporate headquarters, terminals, facilities, yards, equipment, and standards of service and safety. In addition, the contractor will be required to accomplish in-transit inspections of Arms, Ammunition and Explosives (AA&E), Hazardous Material (HAZMAT), and Freight All Kinds (FAK) shipments and provide inspection reports. Inspectors must have a minimum of three years experience, within the last ten years, of vehicle fleet management/maintenance or other carrier safety experience, civilian or military. Inspectors must have a working knowledge of Department of Transportation (DOT), DOD, State and local transportation regulations. Contractor personnel working the contract will require a favorably completed National Agency Check with Local Credit (NACLC), resulting in SECRET eligibility (or higher) when adjudicated by the Defense Industrial Security Clearance Office (DISCO). Interim Secret clearance eligibility will be accepted provided it was granted by DISCO. The contract will require the contractor and its sub-contractors to have a valid Company Facility Clearance (FCL) at the Secret level or higher. Interim Secret FCL's will be accepted provided they are not expired prior to final adjudication by Defense Security Service (DSS). INTERIM OR FINAL FCL IS REQUIRED ON CONTRACT START DATE. The North American Industry Classification System (NAICS) is 488490 with a size standard of $7.0 million dollars. The unrestricted solicitation will contain a Small Business subcontracting requirement for offerors who are a Large Business. 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 solicitation for this acquisition will be released electronically and will be available only on the following Federal Business Opportunity website: http://www.fbo.gov. The solicitation will be posted on the website on approximately 21 August 2012 and the solicitation response date will be approximately 21 September 2012. All responsible parties may submit a proposal which shall be considered by the agency. A DRAFT copy of the TRANSS II Performance Work Statement (PWS) is attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-12-R-R011/listing.html)
- Place of Performance
- Address: CONUS, United States
- Record
- SN02822634-W 20120803/120801235345-58e445af314585b3b42febb61f115e60 (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 |