Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
MODIFICATION

V -- Multimodal Transportation of Military Break-Bulk Cargo

Notice Date
7/2/2009
 
Notice Type
Modification/Amendment
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-09-0015
 
Point of Contact
Erica A Blake, Phone: 6182292481, Charles M Burton, Phone: 618-229-2468
 
E-Mail Address
erica.blake@ustranscom.mil, charles.burton@ustranscom.mil
(erica.blake@ustranscom.mil, charles.burton@ustranscom.mil)
 
Small Business Set-Aside
N/A
 
Description
DELIVERY OF BREAK-BULK AND ROLLING STOCK CARGO TO/FROM WORLD-WIDE LOCATIONS (PRIMARILY CONUS) TO/FROM VARIOUS LOCATIONS IN AFGHANISTAN AND IRAQ USING A COMBINATION OF SURFACE (PRIMARILY OCEAN) AND AIR TRANSPORTATION The United States Transportation Command (USTRANSCOM) is conducting a market survey on industry capabilities and potential sources for intra-theater surface (primarily ocean) and air (multimodal) transportation of military break-bulk cargo to/from various destinations in Afghanistan and Iraq. The Government is looking for commercial solutions to maximize the cost savings associated with surface (primarily ocean) transportation for the longest and safest portions of these movements, while capitalizing on the speed and safety of airlift to move designated break-bulk cargo to the final destinations in Afghanistan and Iraq. Maps with detailed routing, stops, and mode changes should be included for every option presented, to include information on any proposed or considered teaming arrangements. The Cargo Preference Act, Fly America Act, DoD airlift and DoD sealift policies shall apply to any requirement for ocean and air transportation of military cargo. There is no solicitation package at this time. This market research is designed to solicit ideas and opinions from experts in the ocean and air transportation industries to determine the level of interested sources and industry capabilities. The Government is also interested in rough order of magnitude (ROM) pricing for a theoretical unit move. The Government is neither negotiating nor calling for offers at this time. This announcement is an expression of interest only and shall not commit the Government to pay for any response preparation expenses or make an award on the basis of this Sources Sought Synopsis/Request for Information synopsis. Copies of information submitted by interested parties shall be reproduced and submitted to a USTRANSCOM team for review and shall be used to evaluate industry capabilities. If determined feasible after review and evaluation of the responses, the Government may develop a requirement in the future. USTRANSCOM is seeking information on industry capabilities and potential sources who can provide reliable and secure Time Definite Delivery, in-transit visibility (ITV) and end to end management of break-bulk military cargo from/to world-wide locations (primarily CONUS), to/from various locations in Afghanistan and Iraq. The majority of cargo deliveries in Afghanistan will be to Bagram (OAIX) and Kandahar (OAKN) airfields with additional service to airfields in Iraq. The military cargo may consist of a 1.1 to 1.4 hazardous classification. Shipments from/to the origin to/from the various destinations in the region could eventually amount to approximately 10,000 tons, 304,000 square feet of break-bulk cargo and rolling stock. USTRANSCOM encourages all interested companies to submit detailed responses that specifically outline your company’s ability to meet the following requirements: 1. Accept cargo (on behalf of the Government) at the origin and to ensure delivery at the final destination. The Government requires transit times between 15 to 20 days from origin acceptance (CONUS) to various locations within Afghanistan and Iraq. 2. Provide real-time in-transit visibility compatible with command and control applications on cargo location and provide full access to the shipper and other Government employees designated by the Contracting Officer. 3. Ensure cargo security during transport and at transloading points. 4. Ensure cargo delivery for 95 percent of shipments by the required delivery date (RDD). 5. If required, provide direct delivery to Forward Operating Bases. 6. Initiate process improvements and other value added services. 7. Provide end to end management with customized information management reports related to delivery time, delivery reliability, shipment volume and other criteria that characterize and to provide performance based views. 8. Handle substantial increases in shipments (surge requirements) as needed for wartime and other contingencies. 9. Provide security for cargo from origin to destination not including the air portion of travel. Market Survey: USTRANSCOM is asking for industry input and comment for this requirement, to include commercial best practices and logistics/transportation management capabilities. All interested parties (including potential prime contractors, subcontractors, and/or teams) are strongly encouraged to submit a response to this RFI. Responses should be concise and include the following responses: 1. What type of comprehensive innovative alternatives does your company have? 2. What capability does your company have to perform the described services? 3. If interested, would your company be interested in submitting a proposal for the described services? If not, why? If so, briefly describe your capabilities. 4. What are the recommended commercial practices for these types of services? 5. What are the recommended methods used to secure cargo at transloading points? 6. What are the methods/metrics the commercial industry uses for monitoring this type of performance? 7. In a Performance Work Statement, what flexibility must the respondent have in order to propose the most effective and economical transportation operation? 8. What data from the U.S. Government would be required to develop a proposal to manage and operate inbound and outbound transportation requirements? 9. Describe the risks associated with this effort and how, if any, can they be mitigated? 10. Provide a description of your company’s teaming and relationship management practices with sub-contractors along with your company’s understanding of the challenges and risks of operating successfully in the region. 11. Are there any specific limits to your company’s capabilities? 12. Does your company have experience in providing the described services with an operation similar in size and scope? 13. What are the largest projects your company has managed, either as a prime or subcontractor, to include shipping volumes, total revenue, performance goal results, and other metrics with regards to percentage of RDD met and how long did the relationship last? 14. What is your company’s recommended commercial pricing structure for the described service? 15. What limiting factors, if any, exist? 16. Do you have any other concerns/comments or recommendations? 17. ROM pricing for a typical unit move. The ROM should cover the movement of 600 pieces of rolling stock from the port of Charleston, SC to Bagram (OAIX). For purposes of the ROM pricing, 300 pieces would be Mine Resistant Ambush Protected vehicles (MRAPs). Approximate dimensions of the MRAPs would be: Width – 108 inches, Height – 104 inches, Length – 233 inches, Weight – 38,000 lbs. The remaining 300 pieces would be “heavy vehicles.” Approximate dimensions of the heavy vehicles would be: Width – 91 inches, Height – 75 inches, Length – 197 inches, Weight – 14,000 lbs. Assume all the cargo would be available to lift from Charleston, SC on the same day. Final delivery to Bagram would be staggered depending on your proposed airlift capacity and schedules, with all cargo being in-place within 30 – 45 days from ALD at Charleston. Provide responses to erica.blake@ustranscom.mil and charles.burton@ustranscom.mil no later than close of business 15 July 2009. No phone or FAX responses shall be accepted. Please ensure “USTRANSCOM SEA-AIR TRANSPORTATION MARKET SURVEY” is listed in the subject line of your responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-09-0015/listing.html)
 
Place of Performance
Address: Directorate of Acquisition, USTRANSCOM/TCAQ-I, 508 Scott Drive, Bldg 1600, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN01864292-W 20090704/090703000310-48d314d4f25b1f20deccd7e39e3b0740 (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.