ContractSolicitation

595th Transportation Brigade Logistics Support Services Deployment and Distribution Service Support (D2S2)

DEPT OF DEFENSE HTC71126QE130
Response Deadline
Apr 27, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through U.S. Transportation Command and USTRANSCOM-AQ, is soliciting deployment and distribution logistics support services for the 595th Transportation Brigade and subordinate units in support of USCENTCOM operations. The work includes traffic management, vessel services, documentation, customs clearance, cargo tracking, and use of Defense Transportation System platforms such as GATES, IBS, and BSCM, along with port cargo management and related reporting. The requirement is for non-personal services only, excludes inherently governmental functions, and requires contractor personnel with transportation/logistics experience, Microsoft Office proficiency, and the ability to complete phase-in and begin performance 45 calendar days after notice to proceed; the solicitation also sets a 12-month base period with multiple option periods and is designated for Women-Owned Small Businesses. Quotes are due electronically by April 27, 2026 at 6:00 AM Central Time in three volumes: Business Proposal, Technical Proposal, and Price Proposal.

Classification Codes

NAICS Code
561110
Office Administrative Services
PSC Code
R706
SUPPORT- MANAGEMENT: LOGISTICS SUPPORT

Solicitation Documents

12 Files
D2S2 Synopsis.pdf
PDF63 KBMar 5, 2026
AI Summary
The United States Transportation Command (USTRANSCOM) / Directorate of Acquisition plans to issue a Request for Quote (RFQ) around March 20, 2026, for contract deployment and distribution service support. This support is for the 595th Transportation Surface Brigade (TSB), which coordinates redeployment, cargo management, and surface distribution operations in the USCENTCOM area. The required services include traffic management, vessel support, documentation (e.g., GATES transactions, cargo manifests), USCENTCOM Custom Clearance support, and track and trace system capabilities. The primary place of performance is the Military port of Shuaiba (Camp Spearhead). The government intends to award a Firm-Fixed-Price contract based on a Lowest Price Technically Acceptable (LPTA) selection. The contract, HTC71126QE130, will have a one-year base period (September 1, 2026 – August 31, 2027), four one-year option periods, and a six-month extension. This full and open competition acquisition has a NAICS code of 561110 ($12.5 million size standard) and PSC R706. Quotes will be considered from all responsible sources, with inquiries directed to Ms. Aliyah Williams and Ms. Sarah Albers.
Solicitation - HTC71126QE130.pdf
PDF2217 KBApr 16, 2026
AI Summary
This document is a solicitation for proposals for the 595th Transportation Brigade Logistics Support Services Deployment and Distribution Service Support (D2S2). It outlines the requirements for providing deployment and distribution service support for the 595th TSB for a base period of 12 months (September 2026 - August 2027) with five additional 12-month option periods, and a final 6-month option, extending through February 2032. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and includes detailed clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) covering areas such as contract administration, payment, anti-trafficking, and cybersecurity. It also specifies inspection, acceptance, and performance locations in APO, AE 09366, United States, and details attachments such as the Performance Work Statement and Pricing Matrix, emphasizing the need for offerors to complete specific blocks and certifications.
Attachment 1 - Performance Work Statement (PWS).pdf
PDF442 KBApr 16, 2026
AI Summary
The Performance Work Statement (PWS) outlines logistics support services for the 595th Transportation Surface Brigade (TSB) within the United States Central Command (USCENTCOM) Area of Responsibility (AOR). The contract requires deployment and distribution service support, including traffic management, vessel services, documentation, customs clearance, and cargo tracking. Key tasks involve operating Global Air Transportation Execution System (GATES), Integrated Booking System (IBS), and Business Support and Container Management (BSCM), preparing various reports, and managing Government Bills of Lading. The contractor must adhere to a Quality Control Plan, ensure personnel qualifications, and comply with security, cybersecurity, and safety regulations. The PWS also details deliverables, reporting timelines, and government-furnished property and services. A significant aspect is the Vendor Threat Mitigation requirement, mandating semi-annual reports on first-tier foreign service providers.
Attachment 2 - Invoice Instructions.pdf
PDF112 KBApr 16, 2026
AI Summary
This document outlines the payment and invoicing procedures for services rendered under contract HTC71126QE130. It specifies that the US Government will only pay for services explicitly stated in the agreement and schedule of rates. Payments will be processed through the Transportation Financial Management System (TFMS). Invoices must be submitted in English, in the designated currency, within 30 days of service completion. The contractor provides invoices to the Contracting Officer's Representative (COR) for certification, ensuring adherence to contract provisions and documented services. Certified invoices are then sent to the 595th Budget Analyst and ARTRANS G8 Brigade for entitlement activity, which is completed within 5 days. Payment is issued to the vendor 2 business days after entitlement. The prompt payment clock starts upon receipt of a certified invoice by the ARTRANS budget team, with interest accruing for payments exceeding 30 days, as per the Prompt Payment Act. Invoices must be submitted monthly via email to the COR and include detailed header and line-item information.
2026.04.16 - D2S2 RFQ QA Master.pdf
PDF241 KBApr 16, 2026
AI Summary
This document addresses a series of questions and government responses regarding a re-compete federal contract for Logistics Support Services, Deployment & Distribution Support (D2S2) within the USCENTCOM Area of Responsibility (AOR). Key information includes confirmation that this is a re-compete project (HTC71121PW001), historical workload data for cargo tally transactions, GATES manifests, and customs clearance actions. The contract requires knowledge and experience in DTS systems like GATES, IBS, and BSCM, and the scope does not include actual transportation of goods. The entire USCENTCOM AOR must be covered. The government clarified that customs declaration fees are not an offeror's cost. Offerors are required to use government-provided worksheets for proposals, and foreign entities must complete all FAR representations except for FAR Provision 52.219-4. Amendments were issued to correct text box issues in Attachments 4 and 5.
Attachment 5 - Technical Capability Worksheet v.2.pdf
PDF300 KBApr 16, 2026
AI Summary
This government file, Attachment 5 to solicitation HTC71126QE130, is a Technical Capability Worksheet designed for offerors to detail their ability to meet specific requirements for deployment and distribution service support. It mandates responses on company overview, current operations, and personnel proficiency in transportation systems like GATES, IBS, BSCM, PAT, and JCM. Offerors must also demonstrate experience in port cargo management, customs clearance processes (including DTR Part V Chapter 512, USCENTCOM guidelines, and ARTRANS advisories), and Microsoft Office Suite expertise. The document further requires an explanation of workforce retention procedures and a phase-in approach to ensure full operational capability by the contract start date. A Contractor Confirmation Checklist ensures compliance with essential logistics support services requirements, such as English fluency, valid driver's licenses, meeting implementation timelines, adherence to Host Nation labor laws, and completion of all personnel documentation. This worksheet serves as a critical tool for source selection, evaluating an offeror's technical and operational readiness.
Attachment 4 - Business Worksheet v.2.pdf
PDF168 KBApr 16, 2026
AI Summary
This document, "Business Proposal Worksheet v.2," is an attachment to a federal government Request for Proposal (RFP) (HTC71126QE130) outlining the mandatory compliance requirements for offerors. It details specific Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions that bidders must address. Key requirements include completing various sections of the Standard Form (SF) 1449 and SF 30, providing certifications related to responsibility matters (FAR 52.209-5, 52.209-7), trafficking in persons (FAR 52.222-56), and tax on foreign procurements (FAR 52.229-11). Additionally, offerors must provide information regarding covered defense telecommunications equipment (DFARS 252.204-7016, 252.204-7017). The worksheet also mandates the submission of authorized negotiation and signing personnel, company identification codes (SCAC, CAGE, UEI), website information, and a comprehensive organizational conflicts of interest (OCI) mitigation plan or statement. The document emphasizes restrictions on data disclosure and use, ensuring compliance with federal acquisition regulations.
Solicitation Amendment - HTC71126QE1300001.pdf
PDF1341 KBApr 16, 2026
AI Summary
This amendment (HTC71126QE1300001) to a solicitation revises two key attachments: the Business Worksheet and the Technical Capability Worksheet. The primary purpose of this amendment is to update Attachment 4 - Business Worksheet to v.2 and Attachment 5 - Technical Capability Worksheet to v.2, specifically by modifying the "Offeror's Response" text boxes on all pages of both documents to allow for multiple lines of text. Additionally, there are changes to attachment numbers, with Attachment 3 - Business Worksheet becoming Attachment 4 - Business Worksheet v.2, Attachment 4 - Technical Capability Worksheet becoming Attachment 5 - Technical Capability Worksheet v.2, and Attachment 5 - D2S2 Pricing Matrix becoming Attachment 3 - D2S2 Pricing Matrix. This ensures offerors have adequate space for their responses and clarifies the numbering scheme for associated documents.
Attachment 3 - D2S2 Pricing Matrix.xlsx
Excel40 KBApr 16, 2026
AI Summary
This document,
Attachment 4 - Business Worksheet.pdf
PDF434 KBApr 16, 2026
AI Summary
This document, Attachment 4, outlines the Business Proposal Worksheet for a federal government Request for Proposal (RFP), detailing compliance requirements for offerors. It specifies mandatory fields and certifications, including completing Standard Form 1449 (blocks 12, 17a, 30a, b, c) and acknowledging contract terms. Offerors must address various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions, such as those concerning responsibility matters, HUBZone preferences, trafficking in persons, foreign procurements, and covered defense telecommunications equipment. The worksheet also requires providing contact information for authorized negotiators and signatories, company website, and unique entity identifiers (SCAC, CAGE, UEI). A critical component is the organizational conflicts of interest (OCI) disclosure, where offerors must provide information on related work and submit a mitigation plan if conflicts exist, or a statement confirming no OCI. The document emphasizes restrictions on data disclosure and use, underscoring the sensitive nature of the information.
Attachment 5 - Technical Capability Worksheet.pdf
PDF556 KBApr 16, 2026
AI Summary
The document, Attachment 5 to solicitation HTC71126QE130, is a Technical Capability Worksheet for offerors bidding on a federal contract. It requires companies to detail their planned approach to meeting and managing various Performance Work Statement (PWS) requirements related to logistics and transportation services. Key areas of focus include company overview and current operations, transportation systems proficiency (including expertise in Department of War Defense Transportation System platforms like GATES, IBS, BSCM, PAT, and JCM), port cargo management and operations, customs clearance knowledge (with specific attention to DTR Part V Chapter 512, USCENTCOM guidelines, and ARTRANS advisories), Microsoft Office expertise, workforce retention plans, and a phase-in approach for contract startup. Additionally, the document includes a Contractor Confirmation Checklist where offerors must confirm their ability to meet specific logistical support service requirements for the 595th Transportation Surface Brigade, such as English fluency, valid driver's licenses, a 45-day implementation timeline, compliance with host nation labor laws, and ensuring complete personnel documentation.
Attachment 6 - Basis for Award and Evaluation Factors.pdf
PDF135 KBApr 16, 2026
AI Summary
This document outlines instructions for offerors responding to Request for Quote (RFQ) HTC71126QE130, focusing on commercial products and services. It details tailored paragraphs for FAR 52.212-1 and 52.212-2, covering NAICS codes, offer acceptance periods (90 days), and the government's intent to award a single purchase order without discussions, reserving the right to conduct them if necessary. Offerors must submit quotes electronically by April 27, 2026, at 6:00 AM Central Time, organized into three volumes: Business Proposal, Technical Proposal, and Price Proposal. Proposals will be evaluated on an Acceptable/Unacceptable basis for business and technical factors, with price evaluated for fairness and reasonableness. Award will be made to the lowest-priced offeror with acceptable business and technical proposals and a fair and reasonable price, after a responsibility determination. Formal communications must be via email to specified contacts, with inquiries submitted in a specific format within 10 calendar days of the due date.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 5, 2026
amendedLatest Amendment· Description UpdatedApr 16, 2026
deadlineResponse DeadlineApr 27, 2026
expiryArchive DateMay 12, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
US TRANSPORTATION COMMAND (USTRANSCOM)
Office
USTRANSCOM-AQ

Point of Contact

Name
Sarah Albers

Place of Performance

Port of Shuaiba, Al Aḩmadī, KUWAIT

Official Sources