SOLICITATION NOTICE
V -- Iraq 3PL - Combined Synopsis/Solicitation Attachments
- Notice Date
- 12/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488320
— Marine Cargo Handling
- 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
- HTC711-17-R-R002
- Point of Contact
- Barbara L. Wolf, Phone: 6182207148, Lindsay D. Carr, Phone: 6182207034
- E-Mail Address
-
barbara.l.wolf11.civ@mail.mil, lindsay.d.carr.civ@mail.mil
(barbara.l.wolf11.civ@mail.mil, lindsay.d.carr.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Questionnaire Past Performance Log Past Performance Reference Submission Sheet Provisions and Clauses to include the submission requirements and evaluation criteria Iraq 3PL PWS Please fill in the RFP pricing sheet This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is HTC711-17-R-R002 and is hereby issued as a solicitation using FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The United States Transportation Command (USTRANSCOM) contemplates a fixed-price contract with a one year base period and four one-year option periods. This requirement is being solicited as full and open through the FedBizOpps website. The North American Industry Classification System Code (NAICS) is 488320, Marine Cargo Handling. Please see Attachment 1, RFP Pricing Sheet for the list of contract line items numbers, with projected quantity, to include the base year and all option years. The purpose of this effort is to provide logistics and tracking services for all Defense Transportation Service (DTS) cargo containers and break bulk cargo to support SDDC's 840th Transportation Battalion (TB) at the Port of Umm Qasr, Iraq. Please refer to Attachment 2, Performance Work Statement, for in depth details regarding this requirement. The work performed for this requirement will occur at the Port of Umm Qasr, Iraq which is entirely outside the United States or its outlying territories. The initial period of performance for this requirement is from 1 July 2017 to 30 June 2018. Option Period One shall be from 1 July 2018 to 30 June 2019. Option Period Two shall be from 1 July 2019 to 30 June 2020. Option Period Three shall be from 1 July 2020 to 30 June 2021. Option Period Four shall be from 1 June 2021 to 30 July 2022. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference in Attachment 3, Provisions and Clauses. The provision at FAR 52.212-2, Evaluation -- Commercial Items, is applicable. The provision can be found in Attachment 3 and describes the specific evaluation criteria for this requirement. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your proposal. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition is incorporated by reference in Attachment 3. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Please refer to Attachment 3 for the additional FAR clauses cited within these clauses which are applicable to the acquisition. Please see the Attachment 3 for additional terms and conditions that may apply to this requirement. Proposals are to be submitted in three separate volumes: Technical, Past Performance and Price. Proposals are to be received electronically no later than 1500 hrs Central Time on Friday, 20 January 2017. (Your E-mail submission must be checked and determined to be "virus-free" prior to submission.) The Government requires your proposal remain valid for 180 calendar days from date of submission. Any questions regarding this synopsis/solicitation, shall be submitted electronically no later than 1500 Central Time on Monday, 9 January 2017. A consolidated list of answers to the questions will be posted on FedBizOpps no later than 1500 Central Time on Thursday, 12 January 2017. The minimum guarantee for this Indefinite Delivery/Indefinite Quantity contract is established at $2,500 per contractor for the contract Base Year. The guaranteed minimum applies only to the contract Base Year and does not apply to the Option Years. The guaranteed minimum is satisfied when the contractor has been offered sufficient shipments to total $2,500 during the contract Base Year. Proposals, and any questions regarding this synopsis/solicitation, shall be submitted by e-mail to Ms. Barb Wolf at barbara.l.wolf11.civ@mail.mil, Ms. Lindsay Carr at lindsay.d.carr.civ@mail.mil, or Mr. Dave Hoag at david.m.hoag.civ@mail.mil. If you intend to propose on this requirement, send an email to confirm your intention to propose to Ms. Barb Wolf at barbara.l.wolf11.civ@mail.mil or Ms. Lindsay Carr at lindsay.d.carr.civ@mail.mil by Thursday, 12 January 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-17-R-R002/listing.html)
- Record
- SN04351764-W 20161216/161214234514-3f466dc5797bb23493b712109e701112 (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 |