MODIFICATION
V -- Afghanistan Transportation Network (ATN)
- Notice Date
- 4/15/2014
- Notice Type
- Modification/Amendment
- NAICS
- 488510
— Freight Transportation Arrangement
- 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
- HTC711-13-R-R007
- Archive Date
- 4/25/2014
- Point of Contact
- Thomas C. Eslinger, Phone: 6182207079, Jason R. Logsdon, Phone: 618-220-7090
- E-Mail Address
-
thomas.eslinger@ustranscom.mil, jason.logsdon@ustranscom.mil
(thomas.eslinger@ustranscom.mil, jason.logsdon@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- Joint Sustainment Command-Afghanistan (JSC-A) has a continuing requirement for a secure and reliable means of distributing reconstruction material, security equipment, fuel, miscellaneous dry cargo, and life support assets throughout the Combined Joint Operations Area - Afghanistan (CJOA-A) to and from Forward Operating Bases (FOBs), Combat Outposts (COPs), and other distribution sites. The purpose of the Afghanistan Transportation Network (ATN) is to provide commercial transportation alternatives in the Afghanistan Combined Joint Operations Area (CJOA) while promoting counterinsurgency (COIN) objectives. The overarching ATN plan is to make operational, expansion and partnering decisions in close coordination with US military commanders to ensure the ATN supports their regional COIN objectives. The COIN strategy focuses on reconciliation, reintegration, cooperation with tribal elders and winning support of Afghans through economic development. These are the core objectives that ATN strives to achieve. The ATN will utilize a network of U.S. Government (USG) approved Elder Owned Companies (EOC's or Sub-Contractors) operating under a Management Company to provide secure and reliable means of distributing reconstruction material, security equipment, fuel, miscellaneous dry cargo, and life support assets and equipment. This resultant contract will not utilize private security contractors (PSCs) nor the Afghan Public Protection Force (APPF) to protect convoy operations. The objective is to award three, single-award Firm-Fixed Priced (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide management and transportation services for three mutually exclusive regions. The U.S. Government anticipates a base year and (2) one-year option periods with initial performance starting on 15 Dec 2013. The Government anticipates releasing a request for proposal on or around 21 Mar 13. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-04-03 16:52:17">Apr 03, 2014 4:52 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-04-15 18:06:25">Apr 15, 2014 6:06 pm Track Changes HTC711-14-D-R060 is the contract award for ATN-North, awarded on 11 April 2014. The contract award value for all option years is AFN 242,166,945 (Afghani currency). HTC711-14-D-R061 is the contract award for ATN-South. HTC711-14-D-R062 is the contract award for ATN-West.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-13-R-R007/listing.html)
- Place of Performance
- Address: Afghanistan, Afghanistan
- Record
- SN03338758-W 20140417/140415234455-ac2ccce2dac6dd2ce8a2afddfeebb4b7 (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 |