Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOURCES SOUGHT

V -- DLA Small Surface Package

Notice Date
3/9/2012
 
Notice Type
Sources Sought
 
NAICS
484122 — General Freight Trucking, Long-Distance, Less Than Truckload
 
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
HTC711-12-ZR05
 
Archive Date
3/31/2012
 
Point of Contact
David W. Stevens, Phone: 6182207132
 
E-Mail Address
david.stevens@ustranscom.mil
(david.stevens@ustranscom.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI): This RFI is to identify small business capability to perform the following requirement. Military Surface Deployment and Distribution Command (SDDC) is responsible for providing surface transportation to meet national security objectives in peacetime and wartime. SDDC has a requirement for services to support the transportation needs of Defense Logistics Agency (DLA) for the movement of its routine small package non-expedited ground shipments, with no single piece weighing more than 150 pounds. The contractor will be required to provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide pickup, transportation, and delivery service to all commercial and military ZIP Codes (as defined by the U.S. Postal Service ZIP Code Directory) within the Continental United States (CONUS), Alaska, Hawaii and Puerto Rico. The requirement also includes pickup and delivery service to all Postal Code locations within Canada. The requirement will exclude small package delivery to Army Post Offices (APO), Fleet Post Offices (FPO), and U.S. Postal facilities (i.e. P.O. Boxes). The contractor must provide scheduled pickup service, from 18 DLA depot locations and 46 vendor service locations, and delivery service to all points in the CONUS, Alaska, Hawaii, Puerto Rico, and Canada for approximately 1,600,000 shipments annually. In-Transit Visibility (ITV) is mandatory for all packages shipped. The contract will be Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) with a Base Year and Three One Year Option Periods. Period of performance will be from 1 November 2012 through 31 October 2016. The North American Industry Classification System (NAICS) is 484122 with a size standard of $25.5 million dollars. The solicitation for this acquisition will only be available from the following FedBizOps website: http://www.fbo.gov. THIS AGENCY HAS NOT MADE A FINAL COMMITMENT TO PROCURE THE STATED REQUIREMENT AND THIS RFI SHOULD NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF SUCH PROCUREMENT. This agency is interested in obtaining responses to this RFI from prospective contractors, but no contractor shall be reimbursed for providing this information; therefore, USTRANSCOM will accept the requested information in whatever format it is provided. All information provided shall become the property of USTRANSCOM and will not be returned. Responses are requested by 1500 CDT on 16 March 2012. Responses should include a point of contact, telephone number, fax number, and e-mail address. Interested parties capable of performing this requirement should e-mail responses to: David.Stevens@ustranscom.mil The following market research questions will help us determine the most suitable approach to acquire the services identified in this RFI: 1. Is your business considered a large business or small business under NAICS 484122? 2. If your business is a small business, what type is it (Small Business, HUBZone SB, SDB, WOSB, Service-Disabled)? 3. Is your business registered in the Central Contractor Registration (CCR) database? 4. What is your DUNS number and CAGE code? 5. Does your business currently perform the services described in this RFI? 6. Who are your customers? 7. What is your business' average monthly shipment volume? 8. How is your service priced (i.e., per pound, etc.)? 9. Can your business support the estimated 1,600,000 shipments per year? 10. Does your business have published shipment transit times? If yes, please provide the URL. 11. What is your standard liability for small packages? 12. Are there major trends or developments in the industry we should be aware of? 13. Briefly describe how your business would perform the requirements described in this RFI. 14. Please provide your business' website. Any information submitted in response to this RFI is voluntary. This RFI does not constitute a Request For Proposal (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government's ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-12-ZR05/listing.html)
 
Place of Performance
Address: CONUS, Alaska, Hawaii, Puerto Rico and Canada, United States
 
Record
SN02693536-W 20120311/120309235540-0f758a5b68799c730d207bd1f6022274 (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.