Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOURCES SOUGHT

V -- DEDICATED FUEL BARGE IN ATLANTIC REGION - Attachement 1

Notice Date
11/29/2016
 
Notice Type
Sources Sought
 
NAICS
483211 — Inland Water 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
HTC71117TW001
 
Archive Date
7/31/2017
 
Point of Contact
Kenneth E. Montgomery, Phone: 6182207087, Lisa Cahill, Phone: 6182207081
 
E-Mail Address
kenneth.e.montgomery8.civ@mail.mil, lisa.n.cahill2.civ@mail.mil
(kenneth.e.montgomery8.civ@mail.mil, lisa.n.cahill2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) The United States Transportation Command (USTRANSCOM) is conducting a market survey in order to effectively identify the capabilities of small and large businesses, existing entrants, and new entrants into Federal contracting, available in the market place for meeting the requirements of dedicated barge transportation support. This is a Request for Information (RFI) only and does not constitute a request for a proposal nor commit the Government to make purchase of any supplies or services now or in the future. The information sought and provided will be used for planning purposes only (Federal Acquisition Regulation (FAR) 52.215-3). In addition, all documentation or information marked proprietary will be handled in accordance with applicable Government regulations. Please be advised that all submissions become property of the Government and will not be returned. I. BACKGROUND The Defense Logistics Agency Energy Americas East Office, Houston (DLA Energy-AME) requires a dedicated barge service contract to support movements of Department of Defense-owned bulk jet fuel (JP5), marine diesel (F76), and commercial (Jet-A) by tug and barge between all ordered United States ports and points on inland waterways in Delaware, Virginia, Maryland, Pennsylvania, New Jersey, Connecticut (for deliveries to New Haven), Massachusetts (for deliveries to Quincy), Maine (for deliveries to Portland), Washington, DC and (JP5 and F76) DFSP Jacksonville (for deliveries to MCAS Beaufort and DFSP Mayport, will also include the refuel and defuel of ships in the Jacksonville area), including those specified below. Contractor's operations shall be on the Chesapeake Bay, the Delaware Bay, coastal waterways, Atlantic Coastal waters, inland waterways and their tributaries. Movements between the Delaware River and Chesapeake Bay shall be accomplished by traversing the C&D Canal. II. INTRODUCTION USTRANSCOM is conducting market research in order to determine sources capable of satisfying our requirements. USTRANSCOM desires input to determine the interest, availability, and technical capability of members of the business community to: a. Provide barge transportation using contractor-supplied equipment to the following locations: Jet-A Loading Ports Jet-A Discharge Ports Baltimore, Maryland Delaware Storage and Pipeline Company, Port Mahon, Delaware Fleet Logistics Center, Yorktown, Virginia ST Services Incorporated, Anacostia, District of Columbia Defense Fuels Support Point (DFSP), Portland, Maine Interstate Storage and Pipeline Corporation, Burlington, New Jersey DFSP Charleston, South Carolina DFSP, New Haven, Connecticut DFSP Jacksonville, Florida DFSP Portland, Maine DFSP Mayport, Florida DFSP Charleston, South Carolina Placid Refinery, Louisiana DFSP Tampa, Florida DFSP Houston, Texas DFSP Port Everglades, Florida JP5 Loading Ports JP5 Discharge Ports Fleet Logistics Center, Craney Island, Virginia NAS Patuxent River, Maryland DFSP Boston, Massachusetts Naval Operating Base Norfolk, Virginia ST Services Virginia Beach, Virginia Norfolk Naval Shipyard Portsmouth, Virginia Newport News Shipyard Newport News, Virginia DFSP Beaufort, South Carolina DFSP Guantanamo, Cuba DFSP Key West, Florida MCAS Blount Island Pascagoula, Mississippi DFSP Mayport F76 Loading Ports F76 Discharge Ports Fleet Logistics Center, Craney Island, Virginia Naval Operating Base, Norfolk, Virginia DFSP Jacksonville, Florida Norfolk Naval Shipyard, Portsmouth, Virginia Newport News Shipyard DFSP Beaufort, South Carolina DFSP Jacksonville, Florida MCAS Blount Island Pascagoula, Mississippi DFSP Mayport b. Maintain, clean, repair, position and operate its equipment. c. Provide cargo pumping, cargo tank stripping, and water stripping system. d. Provide licensed Tankerman at all loading and discharge points. e. Provide 24-hour, seven-day a week availability of equipment and crew. f. Load or discharge any quantity of cargo, entire or partial. g. Provide Information Assurance Report A draft Performance Work Statement (PWS) is attached to facilitate a response to this RFI. Please review the attached draft PWS and all interested carriers (large and small) with applicable capabilities are encouraged to provide comments, questions, and concerns. Further, identify any requirements that would prohibit you from responding to a request for proposal. III. INFORMATION REQUESTED A. General Company Information 1. Company Name & Address: 2. POC Name/Telephone/Email: 3. The anticipated North American Industry Classification System (NAICS) is 483211 (Inland Water Freight Transportation. The Small Business size standard is 500 employees (i.e. less than 500 employees equates to a Small Business). Please provide your company's current NAICS classification. Size/Status for NAICS Code Suggested: (Check all that apply) ____Small Business; ____Veteran-Owned Small Business; ____Service-Disabled Veteran-Owned Small Business; ____Small Disadvantaged Business; ____Woman-Owned Small Business; ____Large Business; ______ HUBZone Business 4. If you would like to suggest an alternate NAICS, please do so and provide your size for the NAICS suggested. 5. Data Universal Numbering System (DUNS)______________________ 6. Commercial and Government Entity (CAGE) Code Number__________ 7. Is the work explained above "commercial" as defined at Federal Acquisition Regulation (FAR) 2.101 (services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed or specific outcomes to be achieved and under standard commercial terms and conditions)? Please provide your rationale. 8. How are your commercial contracts for these services normally priced (i.e. monthly service fee, per hour, per unit, firm fixed price, reimbursable, etc.)? Please be specific. 9. Please discuss an instance where you have taken over providing a service previously provided by another contractor. What is your preferred lead time between contract award and performance start? What contract transition activities do you anticipate? 10. The anticipated contract term is 1 year base period and 4 option years. What is the normal contract period of performance for this type of effort? (1 year base period, 3 or 4 option years, etc.) Please explain. 11. What consideration standards are included in your commercial contracts for late deliveries or damaged cargo (e.g. reimbursements, credits, fees, etc.)? Please detail. 12. Are you a Voluntary Intermodal Sealift Agreement (VISA) participant? Yes/ No Please identify your VISA priority. • U.S.-flag vessel capacity operated by VISA participants and U.S.-flag Vessel Sharing Agreement (VSA) capacity held by VISA participants. • U.S.-flag vessel capacity operated by non-participants. • Combination U.S.-flag/foreign-flag vessel capacity operated by VISA participants, and combination U.S.-flag/foreign-flag VSA capacity held by VISA participants. • Combination U.S.-flag/foreign-flag vessel capacity operated by non-participants. • U.S.-owned or operated foreign-flag vessel capacity and VSA capacity held by VISA participants. • U.S.-owned or operated foreign-flag vessel capacity and VSA capacity held by non-participants. • Foreign-owned or operated foreign-flag vessel capacity of non-participants. Please identify which vessel(s) you would be using and whether these vessels are committed into the VISA program. Refer to https://www.federalregister.gov/documents/2016/07/29/2016-17888/voluntary-intermodal-sealift-agreement-open-season for VISA information. B. General Capabilities. Please note that experience refers to complexity as well as longevity. 1. What is your experience in providing management, labor, tools, equipment, supplies, materials and other services necessary for tug/barge transportation services? 2. Explain your understanding of the transportation of DOD-owned bulk jet fuel (JP5), marine diesel (F76), and commercial (Jet-A). 3. What is your experience in providing vessels that meet the requirements of the U.S. Coast Guard and suitable to load and deliver the intended cargo. 4. Explain your capabilities in providing 24-hour, seven-day a week availability of equipment and crew on barge transportation services. 5. Explain your capabilities, in detail, in loading or discharging cargo in designated location. Are you currently operating in the area? If not, would you be willing to reposition a barge to the area? 6. Provide a summary on tug and barge capabilities. 7. Provide a summary of the history of the company. 8. Provide a summary of experience with similar work scope. 9. What typical performance measures are included in your commercial contracts for liner service? Please identify. IV. RFI REQUESTED FORMAT The format for submittal of your RFI is as follows: 1. Please number pages and submit your response using a 8-1/2 x 11 format, single sided, double spaced, with one inch margins and a font size of 12. 2. Please clearly label your response with a title page "RESPONSE TO REQUEST FOR INFORMATION." and include the date of submission, RFI response title, respondent's administrative and technical points of contact with telephone numbers and electronic mail addresses. V. RESPONSE REVIEW Any information submitted with your response that you do not consent to limited release must be clearly marked and segregated from other response material. Response to this RFI or lack thereof does not constitute any obligation on the Government to pursue a follow-on effort, in part or whole, with specific vendors or otherwise. VI. SUBMISSION INFORMATION: Response to this RFI and any questions should be submitted to Mr. Kenneth Montgomery and Ms. Lisa Cahill @ kenneth.e.montgomery8.civ@mail.mil and lisa.n.cahill2.civ@mail.mil no later than 4:00 PM (CST) on 3 January 2017. Please do not cut and paste your responses into this RFI. Remit any and all responses as a separate document. Any questions regarding this RFI may be directed to the addresses above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC71117TW001/listing.html)
 
Record
SN04337689-W 20161201/161129233848-fdb290c8ab9a4c56edcd273d0507609e (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.