Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2016 FBO #5290
SOURCES SOUGHT

V -- USVI Commodity Transportation Support during Disasters - Package #1

Notice Date
5/16/2016
 
Notice Type
Sources Sought
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE70-16-R-0001
 
Point of Contact
Isaac L. Chapple, Phone: 202-212-3924, Alfredia Allen, Phone: 202-646-3908
 
E-Mail Address
Isaac.chapple@fema.dhs.gov, Alfredia.Allen@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov, Alfredia.Allen@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Petroleum Standard Pricing Past Performance Questionnaire Task Order Procedures Statement of Work Solicitation HSFE70-16-R-0001 The scope of this SOW encompasses contractor support in providing a pre-determined number of shipping containers and intermodal transportation services of the containerized IRR commodities from the FEMA Distribution Center Caribbean, San Juan Industrial Park PR Km 25.1 Quebrada Arenas Ward San Juan, PR 00926 and/or the Naval Activity in San Juan, Puerto Rico to various locations within the USVI. The contractor shall deliver a pre-determined number of empty 20ft or 40ft shipping containers or a combination of both to the FEMA Distribution Center Caribbean or the Naval Activity within 12 hours of the issuance of a task order. FEMA Distribution Center personnel will load the IRR commodities into the shipping containers and once loaded the contractor shall deliver all loaded containers to the Puerto Rico Less Than Container Load (LCL) Cargo Facility; or to an alternate site designated by FEMA in Puerto Rico; or to a container loading facility owned and / or operated by the contractor; and expedite the loaded containers, via ocean vessel to various ports in the USVI, FOB Destination. The contractor is fully responsible for coordinating loading their vessel and must provide all Container Handling Equipment, (CHE). There shall be two separate IRR containerized commodities push packages for deployment; one designated as St. Croix push package and one designated as St. Thomas push package. These two push packages will also support the smaller USVI locations, i.e. St. John, Water Island, etc. In some cases, none, one or both push packages may be deployed depending on the predicted path of a hurricane event and the anticipated severity of a forecast able incident. In some cases, due to the inability to predict the occurrence of an incident such as an earthquake, tsunami, etc., none, one or possibly both push packages will be deployed. The deployment of these push packages are intended to provide immediate resource support to the initial disaster responders and disaster survivors until the supply chain can be replenished from the continental United States (CONUS) via military or commercial air and sea transportation. The contractor must retain the loaded containerized IRR push packages in their possession from the initial point of receipt until the vessel reaches their respective port(s) in the USVI and must deliver containers to their owned or operated container yard(s) at destination until the storm passes. FEMA will make the determination whether push packages will be utilized down range or retrograded back to their respective origins depending on the impact and magnitude of storm damage. If the storm hits one or all of the aforementioned islands and FEMA determines that the commodities will be utilized, the contractor must provide ground transportation for the loaded containerized IRR commodities to a point of distribution location within the USVI designated by FEMA and transfer custody of the containers and its' contents to designated FEMA personnel. Should the storm impacts one of the smaller USVI, the contractor shall provide sea shuttle transportation to the port of the smaller island as well as ground transportation to deliver the containers to the designated point of distribution on the island. If the storm impacts each of the islands, the FEMA Contracting Officer will determine and communicate to the contractor which options to execute. Once FEMA takes possession of the loaded containers, the contractor shall provide the first ten days of trailer retention at no cost to the United States Government, (USG). Once the commodities are removed from each container and FEMA is no longer in need of the containers the contractor will be notified and will have 24 hours to take possession of each emptied container. FEMA will no longer be under any obligation to the contractor for payment of or accountability of said emptied containers; 24 hours from the date of notification to retrieve the emptied containers. If the storm misses all of the aforementioned US Virgin Islands, the contractor must return the containerized IRR commodities to the FEMA Distribution Center (DC) Caribbean and/or Naval Activity Puerto Rico or to an alternate designated location in the USVI or Puerto Rico. FEMA will be under no obligation for any trailer retention fees while containers are being loaded at origin, loaded and staged at the contractor's staging area or while the containers are in-transit. The Task Orders that are competed under this multiple award contract will be awarded by the cognizant FEMA Headquarters Contracting Officer. The determination to execute this contract capability will be made by FEMA HQ Logistics Management Directorate, Distribution Management Division. The activation request will be initiated by the Region II RRCC based on information from the National Weather Service, Caribbean Area Division and Incident Management Assessment Team, (IMAT). The contract activation will be initiated 72 hours pre-storm landfall to ensure sufficient time to deliver the push packages to the potentially impacted islands. The contractor must guarantee availability of an ocean vessel on a 24/7 basis through-out the lifecycle of the task order and must guarantee continuous voyages until they are no longer allowed by law of the United States Coast Guard (USCG) to sail due to dangerous weather conditions. The FEMA Contracting Officer and / or FEMA COR will provide guidance regarding the continuous voyage termination due to hazardous weather conditions based on information received from the Regional Response Coordination Center and National Response Coordination Center USCG Liaison(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-16-R-0001/listing.html)
 
Place of Performance
Address: St. Thomas, Crown Bay Seaport, Charlotte Amalie, St. Thomas 00803, St. Croix, The Container Port Seaport, Kings-hill, St Croix 00851, St. John, Saint John Ferry terminal, St John 00830, U.S. Virgin Islands, Cruz Bay, United States
 
Record
SN04118482-W 20160518/160516234920-26132a669fabc34eb3e1f003ea65bfd2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.