Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOURCES SOUGHT

99 -- SOURCES SOUGHT: National Ice Contract for Emergency Response

Notice Date
2/17/2006
 
Notice Type
Sources Sought
 
NAICS
312113 — Ice Manufacturing
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-ICE-SOURCES
 
Response Due
2/28/2006
 
Archive Date
4/29/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Savannah Regional Contracting Center, Charleston Office is seeking potential contractors for the requirement for the above subject. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The purpose of this sources sought synopsis is to determine interest and capability of potential large and small (Small Business, Certified 8(a) Small Disadvantaged Business, HUBZone, a nd Service Disabled Veteran-Owned) firms to provide services requested. The NAICS Code for this acquisition is 312113, Ice Manufacturing, with the small business size standard of 500 employees. In accordance with the aforementioned NAICS code and size st andard, request that you identify the category of your firm. Your response must include the following information: (1) Size of your business, (2) Name of your firm, (3) Point-of-Contact (4) Current email address (5) Your firms mailing address and phone number, (6) Specialized Experience and technical competence to include: a) Experience with contracts of similar scope and size, b) capability to simultaneously respond to multiple disaster location and multiple delivery sites within those locations, and c) ability to provide automated tracking/reporting and constant communication capabilities. This information must be presented in a matrix format showing contracts you have performed. The matrix shall show the most recent projects, not to exceed five, that demonstrate the capabilities necessary to meet the criteria listed above. Include contract number, project location, description of work requirements, and contact and phone number for each project listed. Firms should also indicate all applicable pe rsonnel and subcontractors proposed to work on the contract. The Government intends to award one Requirements Contract with a base and three (3) option years. The contract base period will be 365 days from the date of the contract award. The period of a ny option will also be 365 days from the effective date of the modification signed by the Contracting Officer to exercise the option. This contract is being issued in support of the National Response Plan (NRP), which is a signed agreement among 27 federa l departments and agencies, including the American Red Cross. The NRP organizes the types of federal response assistance that a state or local government is most likely to need fewer than 15 Emergency Support Functions (ESFs), each of which has a designa ted primary agency. The Department of Defense shares the responsibility with FEMA for ESF #3, Public Works and Engineering, and has designated USACE as its operating agent for ESF #3 planning, preparation and response. USACE fulfills requirements for ice at disaster locations first by using ice stored from previous disasters, donated ice, and ice supplied by other federal agencies and requirements for refrigerated storage first by utilization of donated reefers or Government-owned reefers. If ice and/or refrigerated storage from those sources are inadequate to meet the required quantities, USACE purchases additional ice and/or rents mobile refrigerated storage units. The primary purpose of this contract is to provide packaged ice and necessary supporting items and services, to include refrigerated storage units (reefers), transportation, loading and unloading of shipments, drayage, operation and maintenance of reefers, participation in Partnering activities and provision of Strategic Planning Services, e tc., in the Continental United States, Puerto Rico, U.S. Virgin Islands, Alaska, Hawaii, Guam, Northern Mariana Islands, American Samoa, Federal States of Micronesia and Republic of the Marshall Islands. Time is of essence in the performance of this cont ract as the ice and the refrigerated storage units to be provided under this contract are required to sustain life in the aftermath of disasters that have or wi ll disrupt the normal source of refrigeration in disaster locations. This contract requires immediate response, with timely production, delivery, and reporting by the Contractor. Contractor must have GPS and/or similar tracking abilities for all shipment s and the ability to maintain communications even if there is no cellular coverage due to the storm. The contractor may be required to respond to simultaneous disasters with deliveries to multiple sites for each disaster i.e., contractors may be required to handle four or five disasters/missions (in differing parts of the world) at one time. There were four ice missions last year requiring a total of over 201,480,000 pounds of purchased ice. A single order may require as much as 20 million pounds of ice to be delivered within 24 hours. This contract would require the contractor to arrange for production and transportation of ice. Contractor shall provide real time tracking and reporting of expected time of arrival for each truckload. Contractor shall have the capability to reroute trucks already in transit if necessary. Contractor shall operate and maintain refrigerated storage trailers to include the refueling and dispatch of ice and refrigerated storage trailers to public distribution sites. Contra ctor may be required to setup and operate commodities distribution site and/or unload palletized ice from refrigerated storage trailers by forklift. The Contractor shall cooperate fully with public officials and other contractors in emergency and disaster response and recovery operations. Responses to this Sources Sought Announcement may be emailed to rose.smalls@usace.army.mil. Firms responding to this announcement must provide ALL of the required information requested. Responses must be received no la ter than Tuesday, 28 February 2006 at 2:00 p.m. eastern standard time.
 
Place of Performance
Address: Various 69A Hagood Avenue Charleston SC
Zip Code: 29403
Country: US
 
Record
SN00990720-W 20060219/060217212648 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.