SPECIAL NOTICE
99 -- Advanced Traceability and Control (ATAC) IV Services
- Notice Date
- 5/5/2021 9:31:31 AM
- Notice Type
- Special Notice
- NAICS
- 484230
— Specialized Freight (except Used Goods) Trucking, Long-Distance
- Contracting Office
- USTRANSCOM-AQ SCOTT AFB IL 622255357 USA
- ZIP Code
- 622255357
- Solicitation Number
- HTC711-21-R-R010
- Response Due
- 5/15/2021 10:00:00 AM
- Archive Date
- 05/30/2021
- Point of Contact
- Nicholas A. Van Osdale, Phone: 6182207038
- E-Mail Address
-
nicholas.a.vanosdale.civ@mail.mil
(nicholas.a.vanosdale.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Background The United States Transportation Command (USTRANSCOM) is the Distribution Process Owner (DPO) for the Department of Defense and is the single entity to direct and supervise execution of the strategic distribution system.� The mission of USTRANSCOM is to provide full-spectrum global mobility solutions and related enabling capabilities for supported customers� requirements in peace and war.� USTRANSCOM has a responsibility to improve the overall efficiency and interoperability of distribution related activities within the Department of Defense (DoD).� USTRANSCOM is the contracting activity for surface transportation requirements. Description A requirement exists for Advanced Traceability and Control (ATAC) services to move Freight All Kinds (FAK) repairable parts to all forty-eight contiguous states, Hawaii, and Canada.� The transportation services will include the consolidated movement of Not Ready For Issue (NRFI) material, Redistribution Order (RDO) material, Ready For Issue (RFI) material, and Carcass Express/Routine material.� Other transportation services include express service for Repair and Return (R&R) shipments.� Repair parts range in a wide variety of sizes, from circuit cards, cardboard boxes, wooden crates and metal cans to items larger than a complete aircraft.� Services also include process improvements which will focus on distribution-related functions and its effects on the total Supply Chain; improving overall levels of support to the warfighter while significantly increasing efficiency. The ATAC program is a Navy initiative for the tracking, tracing, packing, reporting, and movement of high dollar Depot Level Repairables (DLR) Product Lines such as Not Ready For Issue (NRFI) Carcass Express (CE) and Routine (RT) priority items from point of failure to a repair facility, and ultimately back to the end user after repair of assets that are Ready for Issue (RFI) or on a Redistribution Order (RDO).� ATAC is also responsible for transporting RFI Offloads, Repair and Return (R&R), Marine Aviation, Ground Marine (GM), Coast Guard material, and Aircraft Engines. The North American Industry Classification System (NAICS) code for this requirement is anticipated to be 484230, Specialized Freight (except Used Goods) Trucking, Long-Distance with a size standard of $30.0M. This requirement is anticipated to be a 100% small business set-aside. The Government anticipates issuing an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The period of performance for this effort includes a 6-month transition, one-year base period, four one-year option periods, and an optional six-month extension per FAR 52.217-8, Option to Extend Services.� The contract award date is estimated for 1 August 2021. Period of Performance = b. Base Year: 1 AUG 21 � 31 JUL 22 c. Option Year 1: 1 AUG 22 � 31 JUL 23 d. Option Year 2: 1 AUG 23 � 31 JUL 24 e. Option Year 3: 1 AUG 24 � 31 JUL 25 f. Option Year 4: 1 AUG 25 � 31 JUL 26 g. 6-month extension of service: 1 AUG 27 � 31 JAN 27 The solicitation for this acquisition will be released electronically and will be available only on Beta.sam.gov (formerly FedBizOpps) website at https://beta.sam.gov/. The expected release date for the official Request for Proposal (RFP) is approximately 14 May 2021.� All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8d7abdab40e54b80b398852c27fb0795/view)
- Record
- SN05991918-F 20210507/210505230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |