Bremerhaven Longshoring and Warehousing Services (L&WS)
ID: TRANSCOM24R036Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Marine Cargo Handling (488320)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL FREIGHT (V115)
Timeline
    Description

    The United States Transportation Command (USTRANSCOM) is seeking information from industry stakeholders regarding Longshoring and Warehousing Services (L&WS) to be provided at the Port of Bremerhaven, Germany, with a contract anticipated to commence in March 2025. The procurement aims to gather market insights and capabilities to inform future strategies for handling U.S. Government-sponsored cargo under the Defense Transportation System, emphasizing efficiency, safety, and compliance with Department of Defense regulations. Interested parties are encouraged to review the attached Request for Information (RFI) and submit their responses, including a completed information sheet and survey, by 8:00 A.M. CDT on September 20, 2024. For further inquiries, potential respondents may contact Connor N. Breyer at connor.n.breyer.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil.

    Files
    Title
    Posted
    This government information sheet is part of a Request for Proposal (RFP) related to stevedoring and terminal services at Bremerhaven, Germany, under the TRANSCOM24R013 procurement process. It outlines the requirements for companies interested in submitting proposals, including necessary company details like name, physical address, CAGE/NCAGE Code, and DUNS number. It also inquires whether the company is registered in the System for Award Management (SAM) and the status and size category, such as small business or veteran-owned. Companies are instructed to submit their information by 8:00 AM CST on September 20, 2024. Additionally, there is a section for confirming required sources for the service, indicating the structured approach the government takes to gather pertinent information from potential contractors. The document is formal and targeted towards ensuring compliance with federal contracting standards and regulations.
    The Market Research Survey from TRANSCOM24R013 seeks information from companies capable of providing Longshoring and Warehousing Services (L&WS) at Bremerhaven, Germany. It assesses the companies' registration status, ability to comply with a Performance Work Statement (PWS), and their experience in similar operations, particularly in military contexts. Key questions cover the company's previous foreign contracts, staffing capabilities, acceptance of specific pricing methods, recent project information, operational timelines after contract award, and potential barriers to engaging with government entities. Moreover, the document stresses the requirement for registration in the System for Award Management (SAM) and invites feedback on any anticipated challenges in the proposal process. The purpose of the survey is to gather vital market insights and capabilities to inform the governmental procurement decision-making for upcoming contracts in L&WS.
    This Performance Work Statement (PWS) outlines the requirements for Longshoring & Warehousing Services (L&WS) at the Port of Bremerhaven in Germany, facilitated by the United States Military Surface Deployment and Distribution Command (MSDDC). The document specifies the scope of services, including comprehensive terminal operations for managing U.S. Government cargo, ensuring efficiency, safety, and customer service 24/7. Key areas addressed include security measures for contractor personnel, safety regulations, and detailed contractor responsibilities, including vehicle operations and accident reporting. The contract requires adherence to U.S. Department of Defense (DOD) regulations, with an emphasis on personnel vetting and compliance with local laws. Comprehensive safety protocols, emergency preparedness, and commodity operation guidelines form critical aspects of service delivery. The structure of the document comprises a background section, security and safety requirements, contract administration protocols, and a performance requirements summary. Overall, this PWS reflects the government's focus on establishing a reliable support system for military operations while maintaining rigorous oversight to ensure compliance with regulatory standards and operational readiness.
    The United States Transportation Command (USTRANSCOM) has issued a Request for Information (RFI) for Longshoring and Warehousing Services (L&WS) set to commence in Bremerhaven, Germany, by 2025. This RFI aims to collect market insights and potential solutions from industry stakeholders to inform future procurement strategies regarding the handling of U.S. Government-sponsored cargo under the Defense Transportation System. Responses are sought to assist USTRANSCOM in planning and gaining a better understanding of available capabilities. Interested parties are encouraged to detail their business information, size classification under the North American Industry Classification System applicable to this effort, and experience in executing similar contracts. The RFI is not a solicitation for proposals; it serves as a market research tool to help USTRANSCOM shape its acquisition strategy while promoting participation from both large and small businesses, including those in various socio-economic categories. Key deadlines include questions by September 10, 2024, and response submissions by September 20, 2024. The anticipated contract award date is February 3, 2025. This initiative underlines USTRANSCOM's commitment to enhancing operational efficiency, safety, and customer service in the provision of its logistics services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Bremerhaven, Germany Tally and Checking
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for stevedoring and related terminal services at the Port of Bremerhaven, Germany, under the solicitation number HTC71124RR008. The contract aims to provide comprehensive tallying and checking services for U.S. Government cargo, ensuring compliance with both U.S. and host nation regulations, and requires contractors to operate 24/7 while managing multiple operations efficiently. This procurement is critical for maintaining accountability in military logistics and is expected to span a five-year period from April 1, 2025, to March 31, 2030, with proposals due by October 11, 2024. Interested parties should contact Otto D. Roberts or Cassandra A. Range for further information and must adhere to the submission guidelines outlined in the RFP.
    Request for Information: MilMove Development and Sustainment
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the MilMove Development and Sustainment contract, which is anticipated to be awarded in 2025. The primary objective of this Request for Information (RFI) is to gather insights on existing software solutions that can enhance the management of household goods, personal vehicle transportation, and storage contracts within an Agile framework. This initiative is crucial for improving the efficiency of military relocations and ensuring compliance with security and operational standards throughout the software development lifecycle. Interested parties should submit their responses by September 27, 2024, and can direct inquiries to Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil or Tian Wylie at tian.v.wylie.mil@mail.mil.
    HTC711-24-R-R005 - All Ports Belgium
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at all ports in Belgium, under solicitation number HTC711-24-R-R005. The contract aims to manage the import and export of Defense Transportation System (DTS) sponsored cargo, including containers, vehicles, and bulk cargo, while adhering to best commercial practices and stringent safety and security protocols. This opportunity is critical for supporting U.S. military logistics operations in Belgium, ensuring efficient handling of military cargo at designated seaports. Interested vendors must submit their proposals by September 24, 2024, with the contract performance period set from January 1, 2025, to December 31, 2029, and a total estimated contract value of $231,000, plus an optional six-month extension valued at $21,000. For further inquiries, potential bidders can contact Casey D. Schuette or Douglas Otten via email.
    TransViz Request for Information (RFI)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from qualified vendors regarding the Transportation Visualizer (TransViz), a web-based tool designed to enhance operational planning and execution through data visualization and analysis of Joint Operation Planning and Execution System (JOPES) data. The primary objectives include software development, IT security support, and management of the software lifecycle, with a focus on cybersecurity and application lifecycle management using CoMotion Software. This initiative is crucial for optimizing transport logistics and ensuring national mission readiness, with a formal Request for Proposal (RFP) anticipated by 2025. Interested parties must submit their responses by October 1, 2024, including detailed company information related to security clearances, business size, and technical capabilities, and can contact Georgia L. Wilde at georgia.l.wilde.civ@mail.mil or Teyroko Perkins at teyroko.s.perkins.civ@mail.mil for further inquiries.
    Denton Cargo Re-compete Contract
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Denton Cargo Re-compete Contract, which aims to provide comprehensive technical support and resources for the movement of humanitarian cargo. The contract, scheduled to be effective on April 1, 2025, will require the contractor to manage logistics, coordinate interagency communication, and ensure compliance with regulatory requirements while utilizing the Defense Transportation System (DTS). This initiative is crucial for facilitating U.S. government operations in global disaster response scenarios. Interested parties must submit their capabilities and relevant experience by October 10, 2024, and can contact Nicholas A. Van Osdale or Zcheherah Macapinlac for further information.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    JOINT ENABLING CAPABILITIES COMMAND (JECC) COMMAND, CONTROL, COMMUNICATIONS, CYBER, COLLABORATION SUPPORT (C5S)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Joint Enabling Capabilities Command (JECC) Command, Control, Communications, Cyber, Collaboration Support (C5S) services. This Request for Information (RFI) aims to gather insights on IT support capabilities, including cyber defense and network operations, to enhance the JECC environment, which interfaces with various secure networks such as SIPRNet and NIPRNet. The services are critical for ensuring operational readiness and national security objectives, with the anticipated performance locations primarily at Naval Station Norfolk, Virginia, and MacDill Air Force Base, Florida. Interested parties must submit their responses, including detailed capabilities statements, by 10:00 AM CT on October 2, 2024, to the designated contacts, Natascha Wolman and Terina Folsom, at the provided email addresses.
    Voluntary Tanker Agreement (VTA)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.
    Global Supply OCONUS Logistics Operations Support Solutions in United States Indo-Pacific Command - HAWAII
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking information from potential contractors to provide Global Supply OCONUS Logistics Operations Support Solutions for the United States Indo-Pacific Command (INDO-PACOM) in Hawaii. The objective is to establish an efficient supply chain that ensures the delivery of consumer goods to military and civilian facilities within a three-business-day timeframe after order receipt. This initiative is crucial for enhancing logistical support for military operations in the region, as it aims to streamline the procurement of essential items such as office supplies, tools, and cleaning products. Interested vendors must submit their responses to the Request for Information (RFI) by October 7, 2024, and can direct inquiries to Heidi McFall at heidi.mcfall@gsa.gov or Dominic L Lackey at dominic.lackey@gsa.gov.
    Straddle Carrier Rental - Richmond and Ft. Riley
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for a six-month rental of Straddle Carriers at Richmond, Virginia, and Fort Riley, Kansas. The procurement aims to enhance operational capabilities for handling military vehicles, including MRAPs, with specific requirements such as a lifting capacity of 70,000 lbs and features for safe operation over rough terrain. Interested contractors must submit their quotes by September 18, 2024, at 3:00 PM Eastern Standard Time, and are encouraged to direct any questions to the primary contacts, Brandon Awkerman and Michael Mamaty, via email. The contract will be awarded based on a Lowest-Priced Technically Acceptable evaluation, with a focus on compliance with federal regulations and specifications outlined in the Performance Work Statement.