MODIFICATION
V -- Sealift Transportation Services- Naval Station Guantanamo Bay, Cuba
- Notice Date
- 3/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 483111
— Deep Sea 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
- HTC71118RW002
- Response Due
- 4/5/2018 4:00:00 PM
- Archive Date
- 4/20/2018
- Point of Contact
- Megan M. Isaak, Phone: 6182207154, Chris Frost, Phone: 6182207033
- E-Mail Address
-
megan.m.isaak.civ@mail.mil, christopher.t.frost4.civ@mail.mil
(megan.m.isaak.civ@mail.mil, christopher.t.frost4.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- As a component of the United States Transportation Command (USTRANSCOM), the Military Surface Deployment and Distribution Command (SDDC) has a requirement for regularly scheduled commercial liner service of containerized and breakbulk cargo between Jacksonville/Blount Island, Florida and U.S. Naval Station Guantanamo Bay, Cuba (NSGB). Types of cargo to be carried are military cargo, Privately Owned Vehicle's (POV), household goods, subsistence, accepted hazardous materials, and any other cargo shipped by the Department of Defense (DOD) in the Defense Transportation System (DTS). The minimum space available to the Government for each southbound sailing shall be seventy (70) FEUs, including twenty (20) refrigerated containers, and 2000 square feet of breakbulk cargo. The minimum space available to the Government for each northbound sailing shall be thirty (30) FEUs, including two (2) refrigerated containers, and 1000 square feet of breakbulk cargo. Each of the 40-foot spaces offered must be able to accommodate two 20-foot containers, or the vessel must have additional space to accommodate the 20' container shortfall. The contractor shall maintain regularly scheduled service southbound, Jacksonville/Blount Island to NSGB and northbound, NSGB to Jacksonville/Blount Island. Frequency of such service to each location must be, at a minimum, every 14 calendar days. Sailings shall be on a fixed-day-of-the-week basis, on a fixed day selected by the Contractor. Transit time from Jacksonville/Blount Island to NSGB is a maximum of 7 calendar days and the transit time from NSGB to Jacksonville/Blount Island is a maximum of 18 calendar days. The Government is contemplating the award of a Firm-Fixed Price Requirements with Economic Price Adjustment contract resulting from a Low Price Technically Acceptable (LPTA) source selection to a VISA participant, vessel owning/operating carrier. The period of performance will consist of one (1) year base period from 1 Sep 2018 through 31 Aug 2019 and four (4) one year option periods. This requirement will be solicited using a Small Business Set Aside acquisition strategy. The applicable North American Industrial Classification System (NAICS) code is 483111 with a size standard of 500. The Government anticipates a Pre-Proposal Conference on or about 21 Mar 18. No hardcopies of this solicitation will be issued. All responsible sources may submit a proposal, which shall be considered by the Agency. All comments should be addressed in writing to Ms. Megan Isaak and Mr. Chris Frost via email: megan.m.isaak.civ@mail.mil and christopher.t.frost4.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC71118RW002/listing.html)
- Place of Performance
- Address: Naval Station Guantanamo Bay, Cuba & Jacksonville, Florida, United States
- Record
- SN04845096-W 20180308/180306231903-b2fecf30e2ba40d71109b36248a416a7 (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 |