Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOURCES SOUGHT

V -- Transportation Services IDIQ

Notice Date
2/29/2024 5:45:00 AM
 
Notice Type
Sources Sought
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
Contracting Office
W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM24T0002
 
Response Due
2/5/2024 1:00:00 PM
 
Archive Date
02/20/2024
 
Point of Contact
Terri Adams, Rosalind M. Shoemaker, Phone: 9102514436
 
E-Mail Address
terri.m.adams@usace.army.mil, rosalind.m.shoemaker@usace.army.mil
(terri.m.adams@usace.army.mil, rosalind.m.shoemaker@usace.army.mil)
 
Description
NAICS:� 488410, 484121, 484122 FSC: V115 SOURCES SOUGHT NOTICE TRANSPORTATION SERVICES W912PM24T0002 This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. �This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform Transportation Services.� It is the Government�s intent to award a Firm Fixed-Price Indefinite Delivery / Indefinite Quantity (IDIQ) for a base year of twelve (12) months and four (4), twelve (12) month option years.� All work shall be performed in accordance with each statement of work incorporated upon issuance of each task order.� Supervision and direction of contract employees will be through the Contractor and not the government. �The Contractor shall provide Transportation Services as required by each individual task order.� The Contractor shall respond to all issued task orders within twenty-four (24) hours of issuance. The Contractor must be able to provide all of the following services and meet all requirements listed below: Transportation Services under this contract may be charged to the Engineer Repair Yard (ERY), Floating Plant Vessels, Survey Vessels, Lake Projects and other Wilmington District offices/facilities (see below): Dredge CURRITUCK Dredge MERRITT Dredge MURDEN MPV BRANDY STATION S/V BEAUFORT S/V SANDERSON S/V SWART B. EVERETT JORDAN LAKE FALLS LAKE JOHN H. KERR LAKE PHILPOTT LAKE W. KERR SCOTT LAKE WILMINGTON DISTRICT OFFICE WILMINGTON SURVEY OFFICE MOREHEAD CITY SURVEY OFFICE WANCHESE SURVEY OFFICE Transportation of all equipment, supplies, materials, and any other items as needed. Pick-up & Drop-off availability 24 hours a day, 7 days a week, 365 days per year. No work requirements for Federal Holidays (https://www.federalpay.org/holidays) Comply with Department of Transportation (DOT) requirements. Comply with North Carolina Department of Transportation (NCDOT) requirements, to include permits for over height, width and weight limits. Pickup & Return of equipment, supplies, materials, and any other items as needed to/from any of the Wilmington District facilities, project locations, vessel mooring locations, and/or any other locations along the eastern seaboard of the United States (Maine to Texas).� The location(s) for delivery/pickup shall be specified on each individual task order. Comply with EM385-1-1 Safety Manual (U.S. Army Corps of Engineers Safety Manual) http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf Must have a valid Commercial Driver�s License (CDL) Must have a valid Transportation Workers Identification Card (TWIC) Must have all required and applicable insurance to haul the various pieces of equipment, supplies, materials, and any other items required by the U.S. Army Corps of Engineers Wilmington District. (Tools, hoses, pipe, dredge parts, engines, generators, welding equipment, etc.) Personal Protective Equipment (PPE) for admission to shipyards and other hazardous work areas (refer to EM 385-1-1) Hard Hat Safety Toe Boots Safety Glasses (if needed) Personal Floatation Device (PFD) Gloves Rate Schedule for:� Normal Operations - Emergency Operations - Overnight Waits Maximum Distance:� Up to 1,500 miles one-way Multiple size trucks, to include Low-Boys, Flatbeds and Roll-Backs (most used) At various times multiple trucks or trips may be required (e.g., shipyard repair periods @ the NCDOT Ferry Division Shipyard in Manns Harbor, NC) Capability to transport items as long as 50� feet in length. Travel expenses (if needed) will be paid based on the current GSA Per Diem rates for the locality designated on each task order. (https://www.gsa.gov/travel/plan-book/per-diem-rates / https://www.federalpay.org/perdiem) NOTE:� The majority of the hauling will require the use of a Roll-Back Flatbed truck in order to be able to maneuver into the areas that larger trucks and trailers cannot access. All interested firms with 488410, 484121, and/or 484122 as an approved NAICs code (https://www.naics.com/search/) shall have until (M) 5-FEB-2024 at 1600 hrs to submit the following information: Company/Business Name Company/Business Physical Address Point of Contact (Name/Phone/E-mail) Current registration in the System for Award Management (SAM.gov) to include: CAGE Code Unique Entity Identification # Business size, to include designation as HUBZone, 8(a), Service Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. �Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. �The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. Contractor's capability to perform all of the services outlined above, to include providing the required certifications and proof on insurance. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically via email to: U.S. Army Corps of Engineers Attn: Ros Shoemaker and Terri Adams E-mail: Rosalind.m.shoemaker@usace.army.mil and terri.m.adams@usace.army.mil The email should be titled:� Transportation Services IDIQ DO NOT send hard copies of advertising or promotional materials. �Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm, for follow-up by this office or the procuring Contracting Officer (KO). If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner. All information is to be provided on a voluntary basis at no charge to the Government. �There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. �All information provided becomes property of the Government. �There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/31bdafd17d2c4e6495bcc1752ac8ddc8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06982436-F 20240302/240229230107 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.