HTC711-24-R-R005 - All Ports Belgium
ID: HTC711-24-R-R005Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for Stevedoring and Related Terminal Services (S&RTS) to be provided at ports within Belgium for the U.S. Military's Transportation Battalion. The scope includes managing military cargo operations such as loading and unloading containers, vehicles, and bulk cargo, while adhering to best commercial practices and various security and safety requirements. Key components include a comprehensive overview of security measures, personnel screening, general safety protocols, and specific operational requirements for terminal management, including the need for qualified labor and proper equipment. The contractor must comply with regulations regarding hazardous materials and safety standards, and is responsible for documenting all operations, including incidents and accidents. Additionally, the PWS establishes guidelines for contract administration, pricing mechanisms for services rendered, and enforces strict reporting and compliance standards throughout the contract duration. The document underscores the significance of safety, security, and efficiency in the vicinity of military operations, emphasizing the need for constant vigilance and proactive management to support the U.S. Military's logistical operations in Belgium.
    The document outlines a five-year contract proposal for stevedoring and related terminal services at all ports in Belgium, with a total estimated value of $231,000 and an additional six-month extension valued at $21,000. The proposal covers various logistical services, including loading and discharging vessels, rail, and trucks, with defined labor categories and equipment requirements. Each year’s cost remains consistent at $42,000, along with specified terms for extra labor and equipment rentals. The document serves as a federal request for proposal (RFP) relevant to state and local governments, indicating a structured approach to logistics support and compliance with federal standards. Key categories include various weight classes of vehicles, detailed descriptions of commodities handled, and operational requirements, establishing a comprehensive framework for contractors to fulfill. The proposal emphasizes efficiency, safety, and adherence to operational guidelines while facilitating the movement of high-volume goods, emphasizing the strategic partnership between federal and logistics service providers.
    The document outlines the requirements for a Request for Proposal (RFP) related to the continuation of essential contractor services for All Ports Belgium in response to potential crises, as specified under DFARS 252.237-7024. Offerors must provide a detailed written plan addressing how they will sustain performance during periods of crisis, covering essential personnel acquisition, operational continuity strategies for up to 30 days, and addressing challenges such as pandemics or other emergencies. Key elements include the identification and training of personnel capable of remote work or relocation, alert procedures for mobilizing essential staff, and communication of responsibilities to contractor employees. The plan must be specific to the RFP requirements to ensure effective response and service continuity at the ports during emergencies, emphasizing the importance of preparedness and resource availability for government contractor services.
    The document outlines the Request for Proposal (RFP) HTC71124RR005 for Stevedoring & Related Terminal Services (S&RTS) at all ports in Belgium, with a contract period from January 1, 2025, to December 31, 2029. Key details include the requirement for interested companies to complete and submit various documents such as a general compliance worksheet, pricing proposals, and relevant certifications. Contact information for government personnel involved in the procurement process is provided, including Kelsy Burris as the Contracting Officer. The document emphasizes the necessity for registrants to maintain active status in the System for Award Management (SAM) and outlines specific action items to ensure compliance with federal regulations, such as the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Proposals should address representations and certifications regarding telecommunications, trafficking in persons compliance, and tax relief, among other requirements. Overall, the document serves as a comprehensive checklist for bidders to ensure completeness and compliance with federal contracting standards.
    The document is part of the Request for Proposal (RFP) HTC71124RR005 for stevedoring and related terminal services at all ports in Belgium. It outlines submission rules and technical evaluation questions that prospective contractors must address. Offerors must present their capabilities and plans in detail, demonstrating their understanding of the Performance Work Statement (PWS) without simply restating requirements. Key evaluation areas include labor management, material handling equipment (MHE), cargo reception and disposition, vessel operations, truck operations, and staging areas. Specific inquiries require descriptions of labor strength, maintenance of qualified drivers, equipment capabilities, accountability in cargo handling, flexibility in vessel service, truck loading efficiency, and compliance with safety and security protocols. The proposal must not exceed 20 pages, with additional documents excluded from the count. Incomplete submissions may result in disqualification. These guidelines aim to ensure that contractors provide effective and reliable stevedoring services essential for the U.S. government's operational needs at designated ports.
    The document is a solicitation for an Indefinite Delivery/Indefinite Quantity contract for Supply and Rate Task Services (S&RTS) at all ports in Belgium, as referenced by solicitation number HTC71124RR005, with a proposal submission deadline of September 24, 2024. The contract's performance period extends from January 1, 2025, to December 31, 2029, with the option for a six-month extension. It outlines a minimum order value of $2,500 for the first year and specifies a maximum contract value based on a set ceiling. The contractor is required to adhere to various Federal Acquisition Regulation (FAR) clauses, ensuring compliance with laws, contractor obligations, and government payment terms for labor and materials. Inspection and acceptance of supplies/services will take place at the destination, with guidelines for documentation and invoicing provided. Additionally, the solicitation emphasizes the importance of safeguarding contractor information systems and maintaining security protocols. This solicitation is aimed at engaging small businesses, including service-disabled veteran-owned and women-owned businesses, aligning with federal goals for procurement while emphasizing fair competition, compliance, and efficient service delivery.
    The document provides a log of questions and responses related to a Request for Quotation (RFQ) for vessel services at all ports in Belgium aimed at the S&RTS program, dated August 22, 2024. The first query addresses how vendors should account for inflation in their pricing over the contract term. The government's response stipulates that vendors must include any estimated inflation escalation in their proposed prices, which are to remain fixed throughout the contract. The second question seeks clarification on the arrangement of maritime services, such as pilots and tugs, which were not explicitly mentioned in the contract. The government clarifies that these vessel-related charges are outside the scope of the S&RTS and will not be handled under this contract. There are no amendments to the RFQ based on these inquiries. This log reflects the government's structured approach to ensure clarity in pricing and service responsibilities for potential vendors, enhancing overall contract transparency.
    The document outlines a question and answer log regarding a Request for Quotation (RFQ) related to port services in Antwerp and Zeebrugge, Belgium. The inquiries from prospective vendors focus on issues such as pricing structures for services at each port, the treatment of ramps in equipment specifications, compensation for extra labor, shift differentials for equipment rentals, and responsibilities concerning cargo loading and securing. The government responses clarify that current provisions remain unchanged to maintain simplified management and competitive bidding, and that certain responsibilities are incorporated into service rates. Additionally, the solicitation is confirmed to be awarded through full and open competition. The emphasis throughout is on ensuring transparent pricing structures and clarifying contractual responsibilities to uphold operational efficiency within port services while considering distinctions between the two operational locations.
    The United States Transportation Command (USTRANSCOM) plans to issue a request for proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at All Ports Belgium. It intends to award a single fixed-rate schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract, lasting five years, to a responsible offeror. The contract includes the option to extend services and is governed by FAR Part 15 and Part 12 regulations. Proposals will be evaluated based on factors outlined in the RFP, with award consideration based on Lowest Price Technically Acceptable (LPTA). The Period of Performance is specified as January 1, 2025, to December 31, 2029. Interested parties should expect the RFP on SAM.gov around August 13, 2024, with no hard copies distributed.
    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.
    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.
    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.
    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 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.
    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.
    FY24 Benelux Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Europe District, is seeking contractors for the FY24 Benelux Construction Job Order Contract (JOC), which will cover construction services in Belgium, the Netherlands, and Luxembourg. The contract will involve real property repair, maintenance, environmental work, and various construction services, with task orders ranging from $2,000 to $5,000,000, and a total contract ceiling of $30,000,000 over a five-year period. This opportunity is significant for supporting the international military community, including NATO facilities, and will be awarded based on a best value trade-off source selection process. Interested contractors 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.
    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.
    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.