SPECIAL NOTICE
R -- Defense Transportation Tracking System PMO Support - Request for Information
- Notice Date
- 11/16/2012
- Notice Type
- Special Notice
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 1 Soldier Way, Scott AFB, IL 62225, Scott AFB, Illinois, 62225-1604, United States
- ZIP Code
- 62225-1604
- Solicitation Number
- DTTS-PMO-SPPT
- Archive Date
- 12/15/2012
- Point of Contact
- Terri W. Dyke, Phone: 6182204522
- E-Mail Address
-
terri.w.dyke.civ@mail.mil
(terri.w.dyke.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information and Draft Performance Work Statement ABOUT THIS REQUEST FOR INFORMATION: 52.215-3 -- REQUEST FOR INFORMATION Request for Information for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. (b) Although "proposal" and "offeror" are used in this Request for Information (RFI), your response will be treated as information only. It shall not be used as a proposal. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the U.S. Government to form a binding contract. This notice does not constitute an Request for Proposal (RFP) or a promise to issue an RFP in the future. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. (c) This RFI is issued for the purpose of: This is a Request for Information announcement being released pursuant to Federal Acquisition Regulation (FAR) Part 10 - Market Research. This RFI is issued solely to identify potential contractor sources and determine their capabilities to fulfill the Government's requirement listed below. BRIEF DESCRIPTION OF FUTURE REQUIREMENT: The Military Surface Deployment and Distribution Command's (SDDC) G5 Strategy, Plans, Policy and Programs Directorate has a requirement known as "Defense Transportation Tracking System (DTTS) Program Management Office (PMO) Support." As described in the following DRAFT Performance Work Statement (PWS), this requirement is for Government Site Support, which is broken down into four task areas. SET-ASIDE & ASSOCIATED NAICS: The associated North American Industrial Classification System (NAICS) code for this procurement is 541614 - Process, Physical Distribution, and Logistics Consulting Services. The small business size standard is $14.0M. If an offeror believes that another NAICS code will be better suited for this acquisition, the offeror may provide a suggested NAICS code and include rationalization on why that NAICS code will be more appropriate. INSTRUCTIONS / DEADLINE FOR RESPONDENTS: (a) If you believe that your company has the capabilities to fulfill this requirement as a PRIME CONTRACTOR, please submit the following information: 1. Company Name, DUNS and CAGE Code; 2. Company point of contact; 3. Business Size and Socioeconomic Category (Women-owned small business, SDVOSB, etc) as it relates to NAICS 541614; 4. Capabilities i. Describe your experience providing program management support to an AA&E and other sensitive/hazardous materials transport project related to CONUS highway movement, your level of involvement, and understanding of DOD policy structure. ii. Discuss established relationships with carriers/shippers of AA&E (i.e. level and degree of communication/interaction) and understanding of their performance requirements associated with transporting AA&E. iii. Give an in-depth description of in-transit visibility capabilities with regard to motor, barge, and rail tracking systems/technology. (b) Response Format: i. Pages shall be numbered and have the following characteristics: 8-1/2 x 11 page size, single-sided, single-spaced, once inch margins, and font size 12. ii. Title page (limited to one page only) shall be clearly labeled "Response to Request for Information." It shall include the date of submission, RFI title, respondent's administrative and technical points of contact along with their telephone number and e-mail address, and shall be signed by an authorized officer. iii. Excluding title page, the RFI is limited to three (3) pages maximum. Pages included over the allowable maximum may not be reviewed. RESPONSE REVIEW: Any information submitted with your responses that you do not consent to limited release must be clearly marked and submitted 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. SUBMISSION INFORMATION: Responses to this RFI should be submitted to terri.w.dyke.civ@mail.mil not later than 30 November 2012, 0900 CST. 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 address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0ab408801fc054e5847042638d9083b7)
- Place of Performance
- Address: Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN02932926-W 20121118/121116235038-0ab408801fc054e5847042638d9083b7 (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 |