Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
SOURCES SOUGHT

V -- Sources Sought to determine Small businesses capability to perform Transportation services

Notice Date
5/8/2003
 
Notice Type
Sources Sought
 
Contracting Office
Military Traffic Management Command, PARC, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
DAMT01-03-R-0047
 
Response Due
5/16/2003
 
Archive Date
7/15/2003
 
Point of Contact
Ali Beshir, 703-428-2047
 
E-Mail Address
Email your questions to Military Traffic Management Command, PARC
(beshira@mtmc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SOURCES SOUGHT: This Sources Sought Notice is to identify small businesses that have the capability to perform the following requirement. The Military Traffic Management Command (MTMC) seeking small businesses capable of providing complete transportation services of repair and repair parts within and between CONUS and Canada and all origin and destination point as indicated below. The program consists of transporting repairable parts and equipment in a wide variety of sizes from circuit cards to larger tha n a complete aircraft from two parent sites called Hubs, located on the West (San Diego, California) and East Coasts (Norfolk, Virginia), and smaller sites called Nodes, located in Beaufort, SC; Cherry Point, NC; Jacksonville, FL; Pensacola, FL; Puget Soun d, WA; Lemoore, CA; and, Virginia Beach, VA, and shipping them to repair facilities in throughout U.S. and Canada, and back after repairs are complete. Repairables from nodes located outside of the continental United States (OCONUS), i.e., Pearl Harbor, H I; Sigonella, IT; Yokota, JA; Yokosuka, JA; Okinawa JA; Atsugi, JA; Iwakuni, JA; and, Manama, Bahrain, are shipped to Travis Air Force Base or Navy Air Terminal Norfolk using Government assets. The Contractor must have the capability to meet U.S. and Canadian Customs requirements for shipments to and from Canada. Shipments will move by air and/or surface within the following transportation channels: (a) Hub to a repair site or storage point (NR FI); (b) Node to a hub, repair or storage point (NRFI); (c) Transshipment point (Travis AFB to a hub; Norfolk Air Terminal to a hub, storage or repair point) (NRFI); (d) Local pickup (IAW Appendix E) to a node or hub (NRFI); (e) Repair point to end user or stock point (RFI); (f) Stock point to repair point (RDO). Also included is a two-day service requirement for shipments (NRFI) that must be expedited from a hub or node to points throughout CONUS and Canada. These urgently required shipments are known as Carcass Constrained items. Other transportation phases of the program include two day service for Repair and Return (R&R) shipments moving between Lemoore and China Lake, CA; Washington, D.C. and Beaufort, S.C.; Atlanta, GA and Ft. Worth, TX; New Orleans, LA and Atlanta, GA; New Orl eans, LA and Ft. Worth, TX; and Fallon, NV and Lemoore, CA. In order to be considered for award, the contractor shall be an approved carrier in the MTMC Freight Carrier Registration Carrier Program, shall be Global Traffic Network (GTN) compliant, shall p rovide web-based In transit Visibility, traceability and control of shipments and provide verifiable Proof of Receipt, Proof of Shipments, and Proof of delivery. The web-based ITV service shall have ability to track/trace shipments packages by Lead Transpo rtation Control Number(s) (LTCN) and Transportation Control Number (TCN) and accessible through the World Wide Web (WWW). Regions are as follows: REGIONAL GROUPING CODE NARRATIVE DESCRIPTION Region 0 0R CANADA Region 1 1R ME, VT, MA, RI, CT, NY, NJ, NH Region 2 2R PA, DE, MD, DC, VA, WV, KY Region 3 3R MI, WI, OH, IN, IL Region 4 4R NC, TN, SC, GA, AL, MS, FL Region 5 5R MN, ND, SD, IA, NE, MO, KS Region 6 6R AR, OK, LA, TX Region 7 7R MT, WY, CO, UT, NM, AZ Region 8 8R ID, WA, OR, NV, CA (Note: does not include Alaska or Hawaii) All potential contractors shall submit a portfolio of your capabilities by 2:00 PM. EST on 16 May 2003 to the following individuals: MR. Raymond Jones, Contracting Officer, Military Traffic Management Command (MTMC), 200 Stovall street, Hoffman II, Alexand ria, VA 22332. No email capability statements will be accepted. Email address for Contracting Officer: jonesr@mtmc.army.mil; Telephone: (703) 428-2034, the Contract Specialist is Ali Beshir, beshira@mtmc.army.mil; Tel: (703) 428-2047.
 
Place of Performance
Address: Military Traffic Management Command, PARC ATTN: MTAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
Country: US
 
Record
SN00320435-W 20030510/030508213508 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.