SOLICITATION NOTICE
V -- Scheduled Fuel Barge in Atlantic Region
- Notice Date
- 7/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483211
— Inland Water Freight 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
- HTC711-17-R-W001
- Archive Date
- 9/8/2017
- Point of Contact
- Kenneth E. Montgomery, Phone: 6182207087, Megan M. Isaak, Phone: 6182207154
- E-Mail Address
-
kenneth.e.montgomery8.civ@mail.mil, megan.m.isaak.civ@mail.mil
(kenneth.e.montgomery8.civ@mail.mil, megan.m.isaak.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Transportation Command (USTRANSCOM) / Directorate of Acquisition is issuing a Request for Proposal (RFP) soliciting written proposals for Scheduled Fuel Barge in the Atlantic Region for the transportation of Department of Defense (DOD) owned bulk jet fuel (JP5), marine diesel (F76), and commercial (Jet-A) by tug and barge between all ordered United States ports and points on inland waterways in Delaware, Virginia, Maryland, Pennsylvania, New Jersey, Connecticut (for deliveries to New Haven), Massachusetts (for deliveries to Quincy), Maine (for deliveries to Portland), Washington, DC and (JP5 and F76) DFSP Jacksonville (for deliveries to MCAS Beaufort and DFSP Mayport, will also include the refuel and defuel of ships in the Jacksonville area), including those specified below. Contractor's operations shall be on the Chesapeake Bay, the Delaware Bay, coastal waterways, navigable Atlantic Coastal waters to include inland waterways, rivers and tributaries. Movements between the Chesapeake Bay and Delaware River shall be accomplished by traversing the Chesapeake & Delaware Canal. This performance shall be provided by barge/tug systems compliant with the coastwise laws of the United States. The contractor shall provide barge transportation services using contractor-supplied equipment. Jet-A Loading Ports: Baltimore, Maryland Fleet Logistics Center, Yorktown, Virginia Defense Fuels Support Point (DFSP) Craney Island, Portsmouth, Virginia DFSP, Portland, Maine DFSP Charleston, South Carolina DFSP Jacksonville, Florida DFSP Mayport, Florida Placid Refinery, Louisiana DFSP Houston, Texas Baton Rouge, Louisiana Jet-A Discharge Ports: Delaware Storage and Pipeline Company, Port Mahon, Delaware NuStar Energy LLC, Anacostia, District of Columbia Interstate Storage and Pipeline Corporation, Burlington, New Jersey DFSP, New Haven, Connecticut DFSP Portland, Maine DFSP Charleston, South Carolina DFSP Tampa, Florida DFSP Port Everglades, Florida JP5 Loading Ports: Fleet Logistics Center, Craney Island, Virginia DFSP Jacksonville, Florida DFSP Houston, Texas Baton Rouge, Louisiana JP5 Discharge Ports: NAS Patuxent River, Maryland DFSP Quincy, Massachusetts Naval Operating Base Norfolk, Virginia Virginia Beach, Virginia Norfolk Naval Shipyard Portsmouth, Virginia Newport News Shipyard Newport News, Virginia DFSP Beaufort, South Carolina DFSP Guantanamo, Cuba DFSP Jacksonville, Florida DFSP Key West, Florida MCAS Blount Island, Florida DFSP Mayport, Florida Pascagoula, Mississippi F76 Loading Ports: Fleet Logistics Center, Craney Island, Virginia DFSP Jacksonville, Florida Houston, Texas F76 Discharge Ports: Naval Operating Base, Norfolk, Virginia Norfolk Naval Shipyard, Portsmouth, Virginia Newport News Shipyard, Virginia DFSP Beaufort, South Carolina DFSP Jacksonville, Florida DFSP Mayport, Florida MCAS Blount Island, Florida Pascagoula, Mississippi Guantanamo Bay, Cuba This acquisition is a competitive best value source selection. The Government intends to award a Firm Fixed Price (FFP) contract resulting from a Low Price Technically Acceptable (LPTA) source selection. The period of performance will consist of one (1) year base period from 1 Oct 2017 through 30 Sep 2018 and four (4) one year option periods. The applicable North American Industrial Classification System (NAICS) code is 483211. This requirement is solicited using a Full and Open Competition acquisition strategy. No hardcopies of this solicitation will be issued. All responsible sources may submit a proposal, which shall be considered by the Agency. All comments should be addressed in writing to Mr. Kenneth Montgomery, Contract Specialist at kenneth.e.montgomery8.civ@mail.mil, Ms. Megan Isaak at megan.m.isaak.civ@mail.mil and Mr. David Stevens, Contracting Officer at david.w.stevens26.civ@mail.mil respectively.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-17-R-W001/listing.html)
- Place of Performance
- Address: VARIOUS-Atlantic Region, United States
- Record
- SN04593399-W 20170726/170725085849-2a387f1494cb8b2e3d332eb0a2bcd949 (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 |