SOLICITATION NOTICE
V -- Transportation of Perishables to the Pacific - Package #1
- Notice Date
- 12/10/2010
- Notice Type
- Presolicitation
- NAICS
- 492110
— Couriers and Express Delivery Services
- 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
- HTC711-11-R-W001
- Archive Date
- 12/23/2010
- Point of Contact
- Jason R. Logsdon, Phone: 6182207090, Jacquelyn M. Stepka, Phone: 6182207131
- E-Mail Address
-
Jason.Logsdon@ustranscom.mil, Jacquelyn.Stepka@ustranscom.mil
(Jason.Logsdon@ustranscom.mil, Jacquelyn.Stepka@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Instructions to Offerors and Evaluation Draft Price Schedule Draft Performance Work Statement This is a presolicitation notice for U.S. Transportation Command's (USTRANSCOM) upcoming requirement to procure overpacking and transportation from the U.S. West coast to various locations in the Pacific region in support of the Defense Logistics Agency (DLA) and Defense Commissary Agency (DeCA). The successful awardee will be required to maintain a facility in either San Francisco or Los Angeles California to receive, sort, consolidate, and overpack Government shipments for transit. The offeror is permitted to propose which location they will maintain their facility. This scope of this contract includes shipments primarily consisting of Fresh Fruits and Vegetables (FF&V) with some shipments including other chilled, frozen, or dry products. This requirement includes regularly scheduled shipments as well as ad-hoc shipments to support DLA's Prime Vendor subsistence contracts. The contractor will be responsible for packaging and transporting the Government owned subsistence so the shipment arrives with the highest quality and freshness provided the initial quality of the subsistence at time of receipt. It is expected that the contractor shall provide temperature control measures for perishable as applicable and that the overpacking facility meets sanitation and size standards. Most destinations require scheduled shipments at least twice per week in addition to ad-hoc or any emergency shipments. The period of performance will consist of a one year base period effective 1 October 2011 through 30 September 2012, and three (3) one-year option periods effective 1 October 2012 through 30 September 2015. The offeror must be certified under Part 121 of the Federal Aviation Regulation (14 CFR 121) and willing to commit aircraft to the Civil Reserve Air Fleet (CRAF). All responsible sources will be considered. A solicitation will be released on or about 28 January 2011. Included in this presolicitation notice are the Draft Performance Work Statement, Draft Price Schedule, and the Draft Instructions to Offerors and Evaluation. Prospective offerors may provide input on these documents to the POC(s) identified in this notice. Responses received after 17 December 2010 may not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-11-R-W001/listing.html)
- Place of Performance
- Address: Offeror may propose facility in either San Francisco or Los Angeles California., United States
- Record
- SN02342595-W 20101212/101210234229-8d29b9fa0e20046412636635885fd314 (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 |