SOURCES SOUGHT
R -- Heavy Lift 9 - Commercial Line Haul and Personnel Transportation throughout CENTCOM
- Notice Date
- 7/27/2022 1:06:02 PM
- Notice Type
- Sources Sought
- NAICS
- 484230
— Specialized Freight (except Used Goods) Trucking, Long-Distance
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J22R0072
- Response Due
- 8/17/2022 11:00:00 AM
- Point of Contact
- Eric M. Jackson, Phone: 3097827251, David S. Fields, Phone: 3097824513
- E-Mail Address
-
eric.m.jackson56.civ@army.mil, david.s.fields16.civ@army.mil
(eric.m.jackson56.civ@army.mil, david.s.fields16.civ@army.mil)
- Description
- This synopsis is a sources sought notice being used to conduct market research in support of the Heavy Lift Nine (HL9) acquisition; the follow-on to the Heavy Lift Eight (HL8) Contract which is currently awarded to four Vendors: El Hoss Engineering and Transportation Company, WLL (HETCO), KGL Transportation Company, KSCC (KGL), PAE Applied Technologies, LLC (PAE), and Readiness Management Support, L.C. (RMS).� This is a Request for Information (RFI) only regarding a possible requirement for line haul, heavy lift transportation, and bus assets throughout the U.S. Central Command (CENTCOM) Area of Responsibility (AOR).� It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP 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 U.S. Government to contract for any supply or service whatsoever.� ACC-RI is issuing this RFI to determine if an adequate number of qualified contractors are interested in and capable of performing the technical, functional, and performance characteristics of providing line haul, heavy lift, and bus assets to fulfill U.S. Army Central (ARCENT) transportation requirements.� The U.S. Government will use the responses received for information/planning purposes and to identify potential sources as part of market research. All information submitted in response to this announcement is voluntary; the U.S. Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the U.S. Government. All information received in response to this RFI marked �Proprietary� shall be handled accordingly.� Interested parties are responsible for adequately marking �Proprietary� or �Competition Sensitive� information contained in its response.� Responses to this RFI will not be returned.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized at Contract Opportunities found at www.SAM.GOV. It is the responsibility of the potential Offerors to monitor this site for additional information pertaining to this requirement. A draft Performance Work Statement (PWS) dated 13 June 2022 is attached which describes the technical, functional, and performance characteristics of the work to be performed.� It identifies essential functions and provides standards that shall be evaluated in terms of quality and/or timeliness of output.� The draft PWS describes only the currently contemplated/possible scope of services and may vary from the scope in a final PWS included in any future RFP, if any is issued.� The anticipated period of performance is a base year (which includes 90 days for phase-in transition) with four one-year options, and a six month extension.� The U.S. Government requests that interested parties respond to this notice by providing a brief description of the company and its capabilities of meeting the requirements for the Heavy Lift Nine mission, as described in the attached draft PWS dated 06 June 2022 and phase-in capability within 90 days of contract award.� If an interested contractor cannot meet the 90 day phase-in performance requirement, it is requested that a capability statement be provided to include what timeframes can be accommodated and the rationale for needing additional time.� The capability statement shall also include the following:� contractor name, CAGE code, DUNS number, Tax ID number, size category and socioeconomic status relative to NAICS 484230, point of contact name, address, telephone, website and e-mail addresses, and a brief description of recent (performance ended within the past 24 months) and relevant projects for tasks similar to those described in the draft PWS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec553ab47a6445e2b12245cb983cdb0c/view)
- Place of Performance
- Address: KWT
- Country: KWT
- Record
- SN06404549-F 20220729/220727230121 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |