Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

V -- Line Haul Services in the ARFICOM AOR

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J09R0166
 
Response Due
7/30/2009
 
Archive Date
9/28/2009
 
Point of Contact
Amber Thompson, 309-782-5252<br />
 
E-Mail Address
US Army Sustainment Command
(amber.thompson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Contracting Command, Rock Island Contracting Center, in support of the 598th Transportation Terminal Group (TTG), hereby requests submission of business profiles/technical capabilities statements on or before 30 July 2009 for the movement of cargo via ground transportation in the AFRICOM Area of Responsibility (AOR). Commercial Carriers interest and capability to perform line haul services within the AFRICOM AOR are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is not funded. It is expected all services rendered under this announcement will be funded by a Transportation Accounting Code (TAC) on a tender basis. The NAICS code is 484121. The intent of this combined synopsis/solicitation is to establish a vendor base for line haul services within the AFRICOM AOR capable of performing services on a tender based system. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. Scope of Contract: Contractors must possess the ability to provide line haul service from numerous points of origin to destination within ARFICOM. Cargo to be moved consists of Freights of All Kind (FAK) and may include both sensitive and hazardous cargo at times. Due to the fact that service will be required in multiple countries, vendors should have the capability to provide line haul services, clear customs, and possess the necessary entry information for the respective host nations throughout AFRICOM. The estimated number of movements monthly is still being defined. Armed Security is not allowed under these movements. These line haul services will be executed via a tender based system in accordance with the draft Standard Operating Procedure for Spot Bid Support to AFRICOM. Location of Performance will be throughout the AFRICOM AOR. At this time services are not restricted to one geographical region. The 598th TTG intends to execute line haul services in the AFRICOM AOR, in accordance with the draft Standard Operating Procedures on a tender based system. This process is open to commercial carriers who meet the following requirements, as requested in the form of a business profile/technical capabilities statement. Interested commercial carriers shall provide a business proposal/technical capabilities statement detailing their the ability to staff throughout the AFRICOM AOR. Carriers should detail their accountability procedures for providing in-transit visibility of cargo being moved from origin to destination and should provide in detail the tracking methods to be used (i.e. HUMINT, GPS, etc.) and the location/utilization of checkpoints. These procedures should include the method of confirming proof of delivery at final destination and maintaining cargo accountability throughout the transit. Carriers should provide sufficient details on their approach to secure visas for employees crossing borders. Finally, carriers should provide their management approach to move (but not limited to) containerized and break bulk cargo from origin to destination, to include details about transload activities that may be necessary at any intermediate point along the routes. Interested commercial carriers should address their specifications of the equipment and labor being offered in response to this combined synopsis/solicitation. In addition, carriers should provide details on the ability to utilize Material Handling Equipment (MHE) and conduct transload of cargo. Details on the maintenance of the trucks as well as the ability to perform emergency maintenance on equipment, as needed, to include a recovery plan should a truck become disabled along the route for any reason; should be included. Services will be executed within the Global Freight Management (GFM) System and Spot Bid. The Global Freight Management (GFM) system is an automated DoD-wide freight traffic management system. SDDC is the single manager of DoD surface freight movements and is responsible for acceptance and approval of tenders of service from the U.S. carrier industry. SDDC developed a standard tender in 1987 and requires all carriers to submit tenders using that standard. This allowed, for the first time, automation of the tenders, carrier rates, and costing equations used by the carriers. SDDC has developed the GFM system as a web-based DoD-wide freight traffic management system with a carrier tender database as an integral part. Spot Bid is a flexible and responsive one-touch electronic resource that posts open shipments for bid by qualified carriers via the Internet. It is a viable acquisition alternative for procuring transportation services for one-time only, unique shipments of any or all modes. It supports Surface Deployment and Distribution Command (SDDC) Operations policy on overweight/over-dimensional shipments. Carriers bid on open shipments via the Internet, and bids remain sealed until the bid timeframe closes. It allows the Shipper to establish the bidding timeframe. Bids are used in place of standard tenders in the generation of a Bill of Lading. It also provides automatic open shipment notification for participating carriers. All submitted bids reflect an all-inclusive expense representing line haul, accessorial charges, and any additional expenses anticipated to support that particular shipment. Payments under this system will be made via PowerTrack. Commercial carriers interested in performing line haul services within the AFICOM AOR on a tender based system would be required to be properly trained to utilize GFM, Spot Bid and PowerTrack. Training for GFM, Spot Bid and PowerTrack will be provided by the US Government. Prior use or experience with any of these systems should be noted in carriers response to this combined synopsis/solicitation. To be considered for line haul service requests, carriers are requested to provide the information detailed in paragraph 8 above. In addition, the following required registrations are needed to be considered under this announcement. Lack of registration will deem the carrier ineligible to execute line haul services under this requirement. Central Contractor Registration (CCR). Commercial and Government Entity Code (CAGE Code): The CAGE Code must be for that name and address. If the carrier does not have a CAGE Code they may log onto the CCR website at http://www.ccr.gov Standard Carrier Alpha Code (SCAC). The carrier shall have a valid SCAC which is a unique two-to-four letter code issued through the National Motor Freight Traffic Association (NMFTA) that is used to identify transportation companies. If the carrier does not have a SCAC contact NMFTA at website www.nmfta.org or 220 Mill Road, Alexandria, VA 22314, phone 703-838-1831. Carrier Registration Form. The carrier must complete the Carrier Registration Form at https://mustang.eta.sddc.army.mil/ccp/jsp/CCPScac.jsp and then click the submit button. If the carriers company is not U.S. based, use Virginia (VA) as the state in the address. In the select states portion of the form, select Virginia only. Additional Information: Sponsorship: The carrier shall ensure they have secured the required authorization to perform work within the AFRICOM AOR, and within any specific countries requested by the US Government, for all personnel for the purpose of providing in-country legal representation, work visas, and resolution of other personal business or domestic matters, in compliance with host nation laws and regulations, before contract award and performance. The carrier shall ensure they have gained the necessary sponsorship to operate within the AFRICOM AOR, and within any specific countries requested, and abide by all local labor laws governing the surface movement and any ports or areas designated for transload, to include the use of local labor. The carrier shall be responsible for performing employment background/record checks on all Contractor employees, to include Third Country Nationals (TCN)/Foreign Nationals (FN). The Government may also perform a background/records check on Contractor employees. The carrier shall not allow employees to perform duties under this contract if the check reveals sufficient derogatory information to consider that employee unfit for work in support of this contract. The Government reserves the right to remove the Contractor or and Contractor employee from performance under this contract, whom the Government deems to be unsuitable. The carrier shall not allow any employee who has possession of or who is under the influence of alcohol or other illegal substances to perform work. The carrier shall comply with all environmental regulations and policies established by the US Government and the host nations while conducting daily operations. Compliance with Laws and Regulations - The Contractor shall comply with, and shall ensure that its personnel and its subcontractors and subcontractor personnel at all tiers obey all U.S. and Host Nation laws, Federal or DoD regulations, and Africa Command orders and directives applicable to personnel in the AFRICOM AOR. All responsible sources may submit their information (to include primary contact information for future use); to Ms Ashley Fahrenkrug, US Army Rock Island Contracting Center. Comments and/or questions should be directed in writing, in English, via email to Ms. Ashley Fahrenkrug at ashley.n.fahrenkrug@us.army.mil and Ms. Amber Thompson at amber.thompson@us.army.mil. Please note, the US Government will not be awarding a specific contract(s) for services under this notification. The intent is to receive carriers capabilities and willingness to execute transportation services on a tender based system. This information, along with the notification of compliance with the required registrations, will be passed to the appropriate personnel responsible for the GFM System to begin to build carriers information for movement opportunities into the GFM and Spot Bid applications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAA09/W52P1J09R0166/listing.html)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01883722-W 20090724/090722235622-3799a99b027e206b03474438b5108cec (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.