Bremerhaven, Germany Tally and Checking
ID: HTC711-24-R-R008Type: Combined Synopsis/Solicitation
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: STEVEDORING (V114)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Cargo Tally and Checker Services at the Port of Bremerhaven, Germany, outlines the requirements for supporting the Army's transportation operations. Managed by the Military Surface Deployment and Distribution Command (MSDDC), these services are vital for ensuring accountability in the movement of U.S. military cargo. The contractor will provide a range of services inclusive of labor, equipment, and safety measures, ensuring compliance with both U.S. and host nation regulations. Key responsibilities include cargo inspections, documenting shipments, and adhering to safety protocols. The contractor must be equipped to operate 24/7, managing multiple simultaneous operations efficiently. Security screenings for personnel and strict adherence to safety regulations are paramount, with provisions for emergency response to hazardous situations also highlighted. The PWS emphasizes the need for robust communication and collaboration with contracting officers, regular reporting, and quality assurance measures, including inspections and performance evaluations. The document also details administrative obligations related to permits, reporting formats, and payment processes. Overall, this PWS serves to establish a comprehensive framework for efficient and compliant cargo handling services vital to U.S. military logistics in Bremerhaven.
    The document outlines the operational hours, units of measurement, and estimated costs associated with cargo handling services at the Port of Bremerhaven. It details shifts, including day, night, and overtime, as well as meal hours and the potential for changes based on operational needs. Measurements such as tons, hours, days, and various cargo specifications are specified to facilitate understanding of logistics. Additionally, projected costs for the cargo handling services over five years sum to $602,250, with the potential for a 25% ceiling increase. The overall estimated value, including extensions, reaches $752,812.50. The document includes detailed schedules for loading and discharging different types of cargo, such as vehicles and containers, as well as provisions for extra labor, detention, overtime, and miscellaneous administrative charges. This file serves as a crucial reference related to government solicitations for coastal hauling services, ensuring clarity in terms of operational scope, compensation, and compliance with regulations pertinent to federal RFPs and local contracts related to shipping and logistics operations.
    The document outlines the requirements for a contractor's plan to ensure the continuation of essential contractor services in response to crises, as specified in Request for Proposal HTC71124RR008. It mandates that the offeror detail strategies for implementing and maintaining these essential services during disruptions, such as pandemics, over a timeframe of up to 30 days. Key elements to be addressed in the plan include: provisions for acquiring necessary personnel and resources, challenges in service maintenance, timing for resource availability, training and preparedness of personnel for flexible work arrangements, mobilization procedures for essential personnel, and communication protocols regarding employee responsibilities during crises. The document emphasizes the need for specificity in operational support tied to particular ports to guarantee continuity despite adverse conditions, articulating a structured approach for crisis management within the context of federal government contracting.
    The document pertains to a Request for Proposal (RFP) for Stevedoring & Related Terminal Services (S&RTS) at Bremerhaven, Germany, covering a performance period from April 1, 2025, to March 31, 2030. It outlines essential information and compliance requirements for potential bidders, including contact details for government representatives, mandatory registrations, and documentation needed for submission. Bidders must ensure registration in the System for Award Management (SAM) and complete specific forms regarding representations and certifications tied to ownership status and telecommunications practices. Submissions require detailed technical worksheets, price proposals, acknowledgments of terms, and a plan for essential contractor services, with strict requirements on formatting and content. The comprehensive nature of the action items aims to ensure that bids are organized and compliant with federal regulations. This RFP is part of a crucial framework for acquiring government services, emphasizing transparency and accountability in the contracting process.
    The document outlines the Technical Worksheet for RFP HTC71124RR008, soliciting proposals for stevedoring and related terminal services in Bremerhaven, Germany. Offerors must provide detailed responses to various categories, demonstrating their capability to meet government requirements, particularly in labor management, service flexibility, and compliance with local regulations. Key sections include the necessity for efficient labor utilization, experience in managing stevedoring tasks, and adaptation to contingency operations on a 24/7 basis. The worksheet emphasizes the critical role of the Offeror in inputting data into the Bremische Hafentelematik (BHT) system for export customs clearance and highlights the requirement of employing a certified goods surveyor. It outlines submission rules, including a 20-page limit, advising that vague or repetitive responses will be disqualified. The purpose of the document is to guide potential contractors in preparing comprehensive proposals that illustrate their understanding of the tasks and their strategic approach to fulfilling the contract requirements, ultimately ensuring compliance with U.S. Transportation Command (USTRANSCOM) standards for port operations.
    The document outlines an Request for Proposal (RFP) by the U.S. government for Tallying and Checking (T&C) services, specifically at Bremerhaven, Germany. The solicitation, numbered HTC71124RR008, was issued on September 12, 2024, with proposals due by 10:00 AM on October 2, 2024. The contract has a minimum order value of $2,500 over the first twelve months of performance and a maximum contract ceiling established based on the total award amount plus a 25% increase. Services include thorough T&C as described in the Performance Work Statement (PWS), with a billing rate specified in the Schedule of Rates. The contract entails a five-year ordering period from April 1, 2025, to March 31, 2030, with an optional six-month extension. The contract requires compliance with numerous Federal Acquisition Regulation (FAR) clauses, emphasizing safeguarding contractor information systems, and standards for reporting and labor practices. This RFP is aimed at bolstering efficiency and accountability in government procurement by engaging qualified service-disabled veteran-owned small businesses and encompasses provisions for the protection and proper handling of potential legal and ethical concerns in contract execution.
    This document is an amendment to a federal solicitation, changing the submission deadline from October 2, 2024, to October 11, 2024, at 10:00 AM. The terms of the original solicitation remain in full force, with no other changes specified. The amendment pertains to critical elements including Tallying and Checking Services (CLIN 0001) and associated billing protocols, and it confirms a five-year ordering period beginning April 1, 2025, through March 31, 2030. Additionally, specifics of the minimum guarantee are outlined, emphasizing its invoice conditions, and another CLIN details a six-month extension for services in Bremerhaven, Germany. The update indicates compliance with the DFARS 252.211-7003 for unique identification requirements. The document also includes a newly added Exhibit/Attachment Table of Contents, ensuring clarity and organization of content. This modification serves to clarify procedural adjustments necessary for the contracting process, which is essential in government procurement scenarios, ensuring transparency and regulatory compliance.
    The United States Transportation Command (USTRANSCOM) plans to release a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Bremerhaven, Germany. This procurement will involve a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year performance span from April 1, 2024, to March 31, 2030. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, considering price and technical factors. The solicitation will not be issued in hardcopy but will be available on SAM.gov. The acquisition adheres to FAR Part 15 for negotiated contracts and FAR Part 12 for commercial items. Interested parties must comply with the terms specified in the RFP to have their proposals considered. Contact information for the contract specialists involved, Otto D. Roberts and Cassandra A. Range, is provided for inquiries regarding the RFP. This acquisition reflects the government's ongoing efforts to secure efficient transportation and handling services for military and associated operations in the region.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bremerhaven Longshoring and Warehousing Services (L&WS)
    Active
    Dept Of Defense
    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.
    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.
    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.
    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.
    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.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.
    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.
    FY24 Rheinland-Pfalz Germany Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Europe District, is seeking contractors for the FY24 Rheinland-Pfalz Germany Construction Job Order Contract (JOC). This procurement involves a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with an ordering capacity not to exceed $80 million over a five-year period, focusing on real property repair, maintenance, and construction services in Rheinland-Pfalz, Germany. The work will encompass various tasks including building renovations, road repairs, and environmental remediation, with task orders ranging from $2,000 to $5 million. Interested contractors must monitor the SAM.gov website for the solicitation, anticipated to be released in mid-October 2024, and can contact Shanda Weekes at shanda.weekes@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil for further information.
    FY24 Bavaria Germany Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Europe District, is seeking contractors for the FY24 Bavaria Germany Construction Job Order Contract (JOC), which will focus on various construction and maintenance services in Bavaria, Germany. The contract will encompass real property repair, environmental work, asbestos abatement, and general construction services, with task orders ranging from $2,000 to $5,000,000, and a total contract ceiling of $95,000,000 over a five-year period. This opportunity is significant for contractors looking to engage in military construction projects, as it allows for a flexible approach to task orders and includes a best value trade-off selection process. Interested parties should monitor the SAM.gov website for the solicitation release, anticipated around mid-October 2024, and can contact Shanda Weekes at shanda.weekes@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil for further information.
    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.