SOURCES SOUGHT
V -- THIRD PARTY LOGISTICS FOR EUROPE WIDE MOVEMENT (3PLEWM)
- Notice Date
- 7/13/2018
- Notice Type
- Sources Sought
- NAICS
- 488510
— Freight Transportation Arrangement
- Contracting Office
- Department of the Army, Army Contracting Command, CSBs, 409th CSB (W564KV) TCC-Kaiserslautern, KO DIRECTORATE OF CONTRACTING UNIT 23156, APO AE, Non-U.S., 09227, Germany
- ZIP Code
- 00000
- Solicitation Number
- W564KV-18-R-0037
- Point of Contact
- Trudy M Pryga, Phone: 496111435426853, Kory Stiles, Phone: 496111435426846
- E-Mail Address
-
trudy.m.pryga.civ@mail.mil, kory.d.stiles.civ@mail.mil
(trudy.m.pryga.civ@mail.mil, kory.d.stiles.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION THIS IS A REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT ONLY - This RFI/Sources Sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI/Sources Sought does not preclude participation in any future RFP or RFQ, if any are issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Background A 3PL commercial transportation contract is required to support an average of 70 % (seventy percent) of USAREUR-directed movements. It provides line haul, heavy lift capabilities, and bus capabilities to support major exercises, deployment, and redeployment of units. Requirement See attached Performance Work Statement (PWS) and below requirements: -The contractor will provide transportation, Material Handling Equipment (MHE), and bus for movement of various types of equipment, cargo and personnel within EUCOM Area of Operations. -The contractor will provide assets and drivers legally permitted to operate within the specified country or countries where border crossing are required in Europe. -All vehicles, associated equipment and services provided shall be safely operable; meet intended functions and operations, without safety or mechanical defects that affect mission readiness or safe execution thereof; and be in accordance with this PWS, the contract and local laws and regulations. -The contractor will maintain sufficiently trained, qualified and properly licensed operators available to operate vehicles and other items as directed to transport and deliver equipment, cargo and passengers. -The contractor will properly secure loads per U.S Army and Host Nation standards and safely transport loads as directed. -The contractor shall recover disabled equipment and their loads and repair / replace disabled equipment per the intent of the contract. -The contractor shall protect the assets and personnel to be transported by commercial contract by ensuring all equipment are in safe working condition; all personnel are licensed and trained on equipment being operated. RFI/Sources Sought Response With the requirement in mind, please answer the following questions as part of your response: 1. Are you able to obtain diplomatic clearances for movement of military assets throughout Europe? 2. Are you able to provide mass movement of military personnel throughout Europe i.e. large busses? 3. If requested to respond for a movement, and you were given all available information, i.e. size of load(s), number of personnel and destination, can you provide a response within 48 hours? Responses shall be provided in.pdf format and are limited to 10 pages (double sided will be counted as two), single-spaced, 8.5 inch x 11 inch or 8.5 inch x 14 inch paper size, and the font shall be Times New Roman with a minimum size of 12 point. The Government will not review any pages beyond the 10-page limit. If your submittal contains company proprietary information then it should be marked accordingly. If your submission contains unclassified but sensitive information then it should be properly labeled, handled, and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Classified responses are not desired and will not be reviewed. Submissions to this RFI will not be returned. Please submit the following information in your response: 1. Answers to the above questions 2. Company information, to include: a. Your company name, address, b. The company's web page (if applicable); c. CAGE Code d. Point of contact, including: name, title, phone, and email address e. General company narrative of capabilities, past work etc. The response date for this RFI is August 11, 2017. All responses to this RFI should be submitted to the Contracting Officer Kory Stiles at kory.d.stiles.civ@mail.mil, and Trudy Pryga at trudy.m.pryga.civ@mail.mil. Industry Day The Government intends to hold an Industry Day on 31 July 2018 followed by 1-on-1 with vendors in the afternoon of 31 July and on the following day, 1 August 2018. The Industry Day will be open to all interested parties. The Industry Day will consist of a general overview of the requirements, a Question & Answer session followed by an explanation of how to do business with the U.S. Government. Following this, interested sources will have the opportunity to privately brief their information to a team of Government personnel. Please note that you do not have to respond to the RFI/Sources sought prior to the Industry Day. Industry day will be held on Ramstein AB, United States Air Forces in Europe (USAFE) Conference room, Ramstein, Germany (see attached maps for directions) on 31 July 2018 and 1 August 2018. In order to attend the Industry Day, you must register with the Government by sending the following information to Kory Stiles at kory.d.stiles.civ@mail.mil, and Trudy Pryga at trudy.m.pryga.civ@mail.mil: Full Name Company Name Phone Number You must have a valid Government (from the country that you reside) Identification Card with you for entrance onto Ramstein AB. The above information must be provided by 21 July 2018. 1-on-1 1-on-1's are a chance for vendors to meet with Government personnel, 1-on-1, to provide more insight to the vendor's capabilities. It is also a chance for the Government and the vendor to ask questions about this specific, potential, procurement. Although not required, the vendor may present a slide show as part of their 1-on-1 session. If the Vendor will provide a slide show then the vendor must either, bring their own laptop to hook into the Government's projector or bring a CD disk with the presentation, in Microsoft PowerPoint, with them to project through a Government computer. A CD disk is the only type of media that is allowed to be played through a Government computer. The vendor must, also, register for the 1-on-1 session with the Government. When providing the above information, regarding access to Ramstein AB for the Industry Day, please also state that you are requesting a 1-on-1 with the Government. This must be done by 21 July 2018. You will then be given a date and time for when your one-on-one will start. Questions Regarding this RFI/Sources Sought Questions in response to this RFI shall be submitted to the POCs listed above. The questions and the Government's answers will be posted on the Fed Biz Ops web site. Questions should not contain proprietary, sensitive, or classified information. Questions submitted after 3 August 2018 may not be answered prior to the deadline for the RFI submission. No extensions to the RFI response period will be granted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/009369800b3e22f87428f702a2c9532d)
- Place of Performance
- Address: Europe-wide, United States
- Record
- SN04991855-W 20180715/180713231136-009369800b3e22f87428f702a2c9532d (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 |