SOLICITATION NOTICE
V -- Universal Services Contract - 10 (USC-10)
- Notice Date
- 12/27/2023 9:10:14 AM
- Notice Type
- Presolicitation
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- USTRANSCOM-AQ SCOTT AFB IL 62225-5357 USA
- ZIP Code
- 62225-5357
- Solicitation Number
- HTC71124RW002
- Archive Date
- 02/29/2024
- Point of Contact
- Miguel Colunga-Huerta, Emily J. Vosse
- E-Mail Address
-
miguel.a.colunga-huerta.civ@mail.mil, emily.j.vosse.civ@mail.mil
(miguel.a.colunga-huerta.civ@mail.mil, emily.j.vosse.civ@mail.mil)
- Description
- This Pre-Solicitation Notice serves as notification to industry of the upcoming Request for Proposal (RFP) solicitation for the Universal Services Contract � 10 (USC-10) requirement. BACKGROUND: As a component of the United States Transportation Command (USTRANSCOM), the Military Surface Deployment and Distribution Command (SDDC) has a continued need for its requirement to provide ocean terminal, commercial ocean liner and distribution services to deploy, sustain and redeploy U.S. forces on a global basis. �The USC program enables SDDC to fulfill its worldwide mission by providing commercially available international ocean and intermodal distribution services in support of the Defense Transportation System (DTS). �DTS cargo consists of military equipment and related supplies, including but not limited to, supermarket-type commodities shipped by the Defense Commissary Agency (DECA); department store merchandise shipped by Army and Air Force Exchange Service (AAFES) and Navy Exchange Command (NEXCOM); supplies shipped by the Defense Logistics Agency (DLA) and General Services Administration (GSA); and mail shipped by the Military Postal Service (MPSA). �DTS cargo is shipped in substantial, recurring, and consistent volumes on many trade routes. �USC is the primary contracting tool for moving DTS cargo when movement by ocean is required. Currently, the USC program is in its ninth iteration (i.e., �USC-9�) and is set to expire on 31 August 2024. �The USC-10 contracts will provide continued support to SDDC�s global mission and will have a five-year period of performance (PoP) (one (1) one-year base period and four (4) one-year option periods) from 1 September 2024 through 31 August 2029, and a six-month extension in accordance with (IAW) Federal Acquisition Regulation (FAR) 52.217-8, Option to Extend Services, for a possible end date of 28 February 2030. PURPOSE/ANTICIPATED RFP: The purpose of the USC-10 acquisition is to recompete and award new Fixed-Price with Economic Price Adjustment (EPA) contracts for the longstanding USC requirement. �The RFP will be solicited on an other than full and open competition basis, limiting competition to vessel owning or controlling companies (supported by the attached/redacted Justification & Approval). The USC-10 RFP will contain FAR Part 12 commercial terms and conditions in conjunction with FAR Part 15 Contracting by Negotiation. �The Government contemplates awarding multiple, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for international and domestic surface transportation using intermodal services of ocean carriers. �The Government intends to obtain best value by negotiating and awarding Fixed-Price with EPA, multiple IDIQ contracts to each and all qualifying offerors under a single solicitation. �Qualifying offerors are those whose proposals are compliant with the solicitation�s terms and conditions, are determined acceptable in every evaluation factor/subfactor, have proposed fair and reasonable prices, and have been determined responsible in accordance with FAR Part 9.104-1. Pricing will be negotiated one performance period at a time. �Accordingly, for the initial establishment of USC-10 multiple awards, rates will be solicited and evaluated for the base period only. �Option period rates will be requested and evaluated prior to exercising each USC-10 carrier�s option period. USTRANSCOM/TCAQ-I anticipates issuing the RFP package on or about 16 January 2024. �If your company is interested in this planned procurement, it is advised that you continuously monitor updates to this notice here on SAM.gov. �No hardcopies of this solicitation will be issued. �All responsible sources may submit a proposal, which shall be considered by the Agency. Respectfully request that questions concerning this pre-solicitation notice be submitted via email only to the following: Mr. Miguel A. Colunga-Huerta at miguel.a.colungahuerta.civ@mail.mil� Ms. Emily J. Vosse at emily.j.vosse.civ@mail.mil� Ms. Denise M. Dillon at denise.m.dillon9.civ@mail.mil Mr. William R. Henderson at william.r.henderson12.civ@mail.mil �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9886fbcdadb849689ec0873bb7954cbd/view)
- Place of Performance
- Address: Scott AFB, IL 62225, USA
- Zip Code: 62225
- Country: USA
- Zip Code: 62225
- Record
- SN06922381-F 20231229/231227230042 (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 |