Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

V -- Transportation of Tactical Vehicles and Other Freight for Camp Fuji - Solicitation Package

Notice Date
3/16/2011
 
Notice Type
Presolicitation
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
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
FA5209-11-T-0049
 
Archive Date
6/30/2011
 
Point of Contact
Emi Yasuda, Phone: 81-42-552-3010, Maki Kodama, Phone: 81-42-552-3010
 
E-Mail Address
emi.yasuda.jp@yokota.af.mil, maki.kodama.jp@yokota.af.mil
(emi.yasuda.jp@yokota.af.mil, maki.kodama.jp@yokota.af.mil)
 
Small Business Set-Aside
N/A
 
Description
OF 17 Past/Present Performance Survey Past/Present Performance Reference List Performance Plan Performance-based Work Statement Exhibits-Pricing Schedule SF1449 Notice to Offerors Policy Letter The Contractor shall transport general, dangerous, hazardous, sensitive and oversize freight by Contractor's vehicles and provide loading/unloading services by providing forklifts and/or truck-mounted cranes with operators as ordered by the designated Ordering Officer(s) of U.S. Marine Corps (USMC) in accordance with the terms and conditions of this contract and applicable Japanese laws and trade practices. The service to be provided under the contract is solely to support the training mission of the USMC Camp Fuji in support of USMC exercises and operations. Offeror will propose rates for transportation and accessorial services as defined in the Performance-based Work Statement (PWS). All costs of operation under this contract shall be borne by the Contractor, including but not limited to, tolls, licenses, costs of overtime, Sunday or holiday work, or for operations during stormy or inclement weather. 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. The anticipated performance start date is 1 Jun 11. 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. The solicitation is not restricted. A pre-proposal conference is scheduled for 1 Apr 11 at 1000 hours (local time in Japan) at Yokota Air Base, Fussa-shi, Tokyo, Japan. Firms wishing to attend (two (2) persons per firm) are requested to respond in writing to this synopsis by 1500 hours, 25 Mar 11 (local time in Japan) to Ms Emi Yasuda, Contract Specialist, by fax or e-mail. Commercial fax number is 042-552-9646 (from inside Japan); e-mail address is emi.yasuda.jp@yokota.af.mil. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-11-T-0049/listing.html)
 
Place of Performance
Address: Address:S4 CATC CAMP FUJI, Gotemba-shi, Shizuoka Prefecture, Country:Japan, Japan
 
Record
SN02401773-W 20110318/110316234136-c1da0ef63b49a285b660aef5ba614c24 (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.