SOURCES SOUGHT
H -- The M-SDDC has an inspection program for terminals, facilities, yards, equipment, corporate headquarters and approved carriers engaged in transportation services for movement of Department of Defense (DOD) cargo.
- Notice Date
- 2/2/2007
- Notice Type
- Sources Sought
- NAICS
- 488490
— Other Support Activities for Road Transportation
- Contracting Office
- Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE-07-S-0100
- Response Due
- 2/23/2007
- Archive Date
- 4/24/2007
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Transportation Inspection Service Support The Military Surface Deployment and Distribution Command (M-SDDC) mission is to provide global surface transportation to meet national security objectives in peace and war. With the help of commercial partners, SDDC accomplishes its mission with active du ty and reserve military members and Department of the Army civilians stationed around the world. SDDC manages the following business areas: Surface and Intermodal Container Transportation Services, Cargo Operations, Ocean Transportation and Global Private ly Owned Vehicle Transportation. The M-SDDC is developing a performance work statement to support its inspection program for terminals, facilities, yards, equipment, corporate headquarters and approved carriers engaged in transportation services for movement of Department of Defense (DOD) cargo. SDDC is attempting through this market survey to identify interested parties that will participate when these services are solicited. This is a Sources Sought notice in support of market research. This is not a solicitation announcement. The purpose of this synopsis is to determine the commercial aspects of the requirements; to determine the market capability; and to gain knowledge of potential qualified small businesses sources and their size classification (HubZone, 8(a), small, small disadvantaged, service-disabled veteran-owned small business, or large business) relative to NACIS Code 488490 size standard of 6.5 million dollars. Re sponses from business firms should include a statement of whether these services can be procured commercially in accordance with FAR Part 12 and capability statement. Small business firms responding should also include the following information: size of company (i.e., 8(a), HubZone, WOSB, SB, Veteran SDB, Service Disabled Owned Small Business, all others); number of employees, revenue for the past three (3) years; relevant past performance on same/similar work for the past three (3) years, and your compan ys capability to do this type of work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the functional area expertise and experience to successfully compete for the ac quisition. Responses to this synopsis will be used by the Government to make informed and appropriate acquisition decisions. Interest parties/potential offerors responding to any solicitation issued in response to this requirement will have display in its response to this market survey and hence any future solicitation its ability to perform inspection services at multiple sites and locations within the United States. Contractors will be required to furnish the necessary labor, business approach and strategy necessary to provide the scheduling of inspections of corporate headquarters, terminals, facilities, yards, equipment, and in-transit operating inspections and procedures of carriers who are approved to transport DOD cargo. Services will include performance of corporate inspections, facilities inspections, standards of service and safety inspections, in-transit inspections f or Arms, Ammunition and Explosives (AA&E), Hazmat and FAK, providing inspection reports, monthly reporting, quarterly reporting, and ad-hoc reporting stored on an internet based solution that allows access by SDDC authorized personnel. Contractors shall h ave a facility security clearance and be able to maintain the clearance during the performance period of the contract. Contractor employees, except for administrative personnel, employed in the performance of this service must be U.S. citizens; must be ab le to read, write, speak and understand English fluently and possess a Secret Clearance. The acquisition will have a 30-day Phase-In period after award to become fully operational to begin performance. Contract vehicle will be firm, fixed price, IDIQ. SDDC requests that all inter ested parties respond stating their interests to the point of contact (POC) identified herein not later than (NLT) close of business Friday, February 23, 2007. Disinterested parties need not respond to this request. The information should be sent in elec tronic format and emailed to Ms. Denise Church, Contract Specialist/Contracting Officer at churchd@sddc.army.mil. CC Mr. Edward G. Dawson Jr, Contracting Officer at dawsong@sddc.army.mil. Any questions can be directed to the POC for this action Ms. Churc h who may be reached at (757) 878-8507 or by e-mail as identified above. If a solicitation is issued, it will be announced at a later date. All interested parties must respond to that solicitation announcement separately from the responses to this announ cement.
- Place of Performance
- Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Country: US
- Zip Code: 22332-5000
- Record
- SN01224916-W 20070204/070202221447 (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 |