SOLICITATION NOTICE
V -- National Afghan Trucking II (NATII) - PWS
- Notice Date
- 12/4/2012
- Notice Type
- Presolicitation
- NAICS
- 488510
— Freight Transportation Arrangement
- 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
- HTC711-13-R-R002
- Point of Contact
- Lorrie A Leedy, Phone: 6182207086, Jason R. Logsdon, Phone: 618-220-7090
- E-Mail Address
-
lorrie.leedy@ustranscom.mil, jason.logsdon@ustranscom.mil
(lorrie.leedy@ustranscom.mil, jason.logsdon@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS Joint Sustainment Command-Afghanistan (JSC-A) has a continuing requirement for a secure and reliable means of distributing reconstruction material, security equipment, fuel, miscellaneous dry cargo, and life support assets throughout the Combined Joint Operations Area - Afghanistan (CJOA-A) to and from Forward Operating Bases (FOBs), Combat Outposts (COPs), and other distribution sites. This requirement will support approximately 700 different locations within Afghanistan. The contractor shall provide all non-personal services, including but not limited to, personnel, equipment, tools, materials, supervision, and other items necessary to provide the safe, timely and reliable ground transportation of ISAF supplies and assets as above described. This includes proactive and competent management, well maintained logistics support resources, and trustworthy employees and subcontractors as necessary to facilitate dependable provision of ISAF cargo from origin to destination. The contractor shall be responsible and accountable for the integrity of the entire transportation process and the protection of the cargo from loss or damage while in its care. The contractor shall ensure all customary licenses for doing business in Afghanistan are current and valid throughout the entire period of performance of this contract. The complete USG transportation requirement is segregated into three suites of service, Bulk Fuel Transportation (Suite I), Dry Cargo (Suite II), and Heavy Cargo (Suite III). The suites of service have similar transportation Performance Work Statement (PWS) requirements, but require different types and classes of assets to move different classes of cargo. The US Government anticipates a base year and (2) one-year option periods with initial performance starting on 16 Dec 13. The Government anticipates releasing a request for proposals in early Feb 13.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-13-R-R002/listing.html)
- Place of Performance
- Address: Afghanistan, Afghanistan
- Record
- SN02941841-W 20121206/121204234848-25efcfdf2bb72c2b2875e90d94510252 (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 |