Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SPECIAL NOTICE

V -- THIS IS A REQUEST FOR INFORMATION. THERE WILL BE NO SOLICITATION AVAILABLE AT THIS TIME. PLEASE DO NOT SUBMIT A REQUEST FOR SOLICITATION.

Notice Date
9/4/2009
 
Notice Type
Special Notice
 
NAICS
488320 — Marine Cargo Handling
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE09R0034A
 
Archive Date
12/3/2009
 
Point of Contact
Jeffrey H Teague, 6182205067
 
E-Mail Address
Surface Deployment and Distribution Command - W81GYE
(jeffrey.teague@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION. THERE WILL BE NO SOLICITATION AVAILABLE AT THIS TIME. PLEASE DO NOT SUBMIT A REQUEST FOR SOLICITATION. The United States Army is conducting a market survey to determine if the potential exists within the Stevedore & Related Terminal Services (S&RTS) contractors operating in or around Beaumont, Corpus Christi and Port Arthur TX to provide major Port Support Activity (PSA) functions or a commercial equivalent. This Sources Sought Notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. 1. The purpose of this announcement is to determine if the Governments objectives can be met by: (A) Contractor capabilities customarily available in the commercial marketplace; (B) Contractor capabilities customarily available in the commercial marketplace with modifications; (C) Customary commercial practices, including warranty, discounts, contract type considering the nature and risk associated with the requirement, etc., under commercial contracts; (D) The requirements of any laws and regulations unique to the services required; 2. The applicable NAICS Code is 488320 and the FSC is V114. The small business size standard is $25.5 million. 3. All Contractors with the capabilities and interest in providing these services may indicate their interest by sending an email to include your name, contact information, company name, business size, your level of interest in this proposed acquisition, and CAGE code. 4. The following provides a synopsis of the specific types of services that the government is requesting information on: Port Support Activities Contractor Duties Deadline Vehicle Recovery. The primary purpose of the recovery teams is to move inoperable equipment on/off ships and line-haul trucks and railcars and relocate said equipment within the staging area. Equipment that the Contractor will need to perform their duties includes recovery vehicles capable of retrieving dead/tow wheel and track vehicles in excess of 150,000 lbs. It must be able to remove deadline equipment from vessels with various deck heights e.g. lowest profile of 106. Refueling vehicles, 5T wreckers, any vehicle over 10,000 pounds should be removed via use of tow bar and an operational equivalent capacity vehicle for tow. Vehicle fueling/defueling. The Contractor shall provide two qualified fuel handlers, who possess Fuel Handling Certificates, at all times during port operations. The personnel who perform the fueling/defueling function must comply with all Federal, State and Army regulations regarding HAZMAT material handling. Personnel who perform the fueling/defueling function must be HAZMAT certified and must show evidence of possessing a Fuel Handlers Permit and Class B Commercial Drivers License. Fuel handlers must be trained to maintain fuel accountability for billing to the government, dispense fuel, de-fuel vehicles, maintain petroleum products and lubricants, and drive. Military repair parts, such as tires, will be furnished by the government if available. The contractor must be capable of making minor repairs, such as hooking up slave cables and jump starting of vehicles, adjusting brakes (caging), pumping up or changing tires, and any other minor repairs that will allow the inoperable vehicle to be loaded under their own power in a timely, safe manner. It is imperative that the contact maintenance teams be proactive, checking the operational status of equipment being loaded and off loaded on ships, rail cars, and line-haul vehicles so that inoperable vehicles can be repaired and that proper arrangements are made to load/off load inoperable vehicles, with minimal work delays. It is also particularly important that the maintenance teams be capable of rapidly troubleshooting inoperable vehicles to get them running within 15 minutes, whenever possible. Specialized Equipment Drivers. Contractors drivers will be required to drive and must be familiar with the current procedures for starting, moving, driving, and shut down requirements for the vehicles/equipment they are operating, particularly the newer model M-1 tanks, the Heavy Equipment Transporters (HETT), Heavy Expanded Mobility Tactical Trucks (HEMTTs) wreckers, the wolverines and Rough Terrain Container Handlers (RTCH) such as KALMARS, STRYKERs When required, the Contractor may be required to reduce cargo configurations to meet vessel and conveyance loading or discharge. Contact Maintenance Team. The Contractor is responsible to provide maintenance support to vehicles and equipment that need to be made operational, as quickly as possible, in order to be loaded or unloaded from vessels, rail cars, and or line haul trucks. The Contractor must be equipped and capable of providing Light Duty vehicle maintenance (25,000 lbs to 50,000 lbs. vehicles) and/or Heavy Duty maintenance (Heavy Vehicles over 50,000 lbs.) The Contractor will provide contact maintenance teams and contact maintenance vehicles; which contain air compressors, battery chargers, slave cables, voltmeters, tow bars, bolt cutters, security seals (provided by the Government), fuel cans. 5. This sources sought is for planning purposes only and does not commit the government to pay for the information requested. If you are not interested, no response is necessary. 6. This notice is designed to locate responsible sources that have an interest, and the ability to provide the additional services described herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MTMC/DAMT01/W81GYE09R0034A/listing.html)
 
Record
SN01941868-W 20090906/090905001133-11e7b9ecdd8cdc0044f859312441da44 (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.