Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
MODIFICATION

V -- Mail Truck Services for US Fleet Activities, Sasebo Japan - MRQ

Notice Date
5/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
FA5209-10-MAILSASEBO
 
Archive Date
9/30/2010
 
Point of Contact
Masayo Inoue, Phone: 81-42-552-3010, Maki Kodama, Phone: 81-42-552-3010
 
E-Mail Address
masayo.inoue@yokota.af.mil, maki.kodama@yokota.af.mil
(masayo.inoue@yokota.af.mil, maki.kodama@yokota.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey Questionnaire The Contractor shall provide all personnel, equipment, tools materials, supervision, and other items and services necessary to perform Mail Truck Services for U.S. Fleet Activities, Sasebo, Japan (Sasebo Post Office) in accordance with the terms and conditions of this contract and applicable Japanese laws and trade practices. The areas of performances are 1) between Nagasaki Airport and U.S. Fleet Activities, Sasebo, Japan via Nishi-Kyushu Jidosha-do, Sasebo- Chuo and/or Minato Interchange, 2) between Iwakuni Post Office, U.S. Marine Corps Air Station (MCAS), Iwakuni and U.S. Fleet Activities, Sasebo, Japan via Nishi-Kyushu Jidosha-do, Sasebo-Chuo and/or Minato Interchange and Iwakuni Interchange. The period of performance is anticipated to be for a one-year basic period with four (4) one-year options, for total five (5) years (subject to change). The anticipated performance start date is 1 Oct 10. Offeror will propose a rate for transportation by trucks with 1) minimum 1,500kgs and 2) 3,500kgs loading capacity, fully enclosed metal type cargo van compartment, a locking device at each loading door, and a hydraulic lift. The transportation rate includes but not limited to tolls, licenses, costs of Japanese holiday work, or for operations during stormy and or inclement weather as defined in the DRAFT Performance-based Work Statement (PWS) as attached. The Award will be made to the offeror whose offer represents the best value to the U.S. Government considering the evaluation factors stated in the solicitation that will be available on this web site. The solicitation is not restricted. Firms wishing to obtain complete solicitation package upon release are requested to respond in writing to this synopsis by 7 June 2010, to Ms Masayo Inoue, Contract Specialist, by fax or e-mail. Commercial fax number is 042-552-9846 (from inside Japan); e-mail address is masayo.inoue.jp@yokota.af.mil. The solicitation is exempted from set-aside for small business for all trucking service. A pre-proposal conference will be scheduled at Yokota Air Base and more details will also be posted along with the complete solicitation package on this web site. NOTE: THIS PROJECT WILL BE PERFORMED IN ITS ENTIRETY IN THE COUNTRY OF JAPAN. THE SUCCESSFUL OFFER MUST BE LICENSED AND REGISTERED TO PERFORM THE SERVICE IN THE COUNTRY OF JAPAN. The due date for responding to the market research questionnaire is 7 June 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-10-MAILSASEBO/listing.html)
 
Place of Performance
Address: U.S. Fleet Activities, Sasebo (Nagasaki-Prefecture), Sasebo, 857-0056, Japan
 
Record
SN02146857-W 20100513/100511235436-5cc0ce03af002f08870b0757d5fe014f (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.