Custom Clearance Services
ID: FA558725R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONSAPO, AE, 09461-5120, USA

NAICS

Freight Transportation Arrangement (488510)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide Customs Clearance Services for the United States Visiting Forces (USVF) in the United Kingdom. The primary objective is to facilitate the electronic customs clearance of cargo importations using the HM Revenue and Customs (HMRC) Customs Declaration System, ensuring timely processing within specified timeframes of 1 to 3 business days. This service is crucial for maintaining operational efficiency and compliance with customs regulations, as it supports the logistics of USVF stationed in the UK. Interested parties should respond to the Request for Information (RFI) by the specified deadline, and can direct inquiries to Nathan Worswick at nathan.worswick@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil. The current contract is set to expire on September 6, 2025, and the government is looking for innovative approaches to enhance customs procedures.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for Customs Clearance Services required by the United States Visiting Forces (USVF) in the United Kingdom, managed by USAFE-UK HNCC/Transportation and Customs. The service provider is responsible for ensuring timely customs clearance of cargo, utilizing the HMRC Customs Declaration System (CDS) within specific timeframes (1 to 3 business days). Key responsibilities include entering data from USAFE-UK into CDS with minimal errors, ensuring exemption from import duties and VAT, and providing well-trained customs agents. The provider acts as a liaison between USVF and HMRC, facilitating communication and coordination for customs issues. They must maintain equipment, software, and training programs for their staff while aligning services with HMRC regulations and future procedural changes. Overall, this document sets the framework for the effective and efficient delivery of customs clearance services essential for the operations of USVF in the UK.
    The Request for Information (RFI) issued by USAFE-UK seeks potential contractors to provide Customs Clearance Services for the United States Visiting Forces (USVF) in the UK. The RFI is purely for informational purposes, allowing the government to gather market insights without committing to a contract. Interested parties are encouraged to respond with tailored information regarding their capabilities by a specified deadline. The selected service provider will facilitate the electronic customs clearance of cargo importations for USVF using the HM Revenue and Customs (HMRC) Customs Declaration System. Services must be performed promptly, with varying clearance timelines based on cargo type. Additionally, the provider is expected to manage customs-related correspondence and resolve issues efficiently while ensuring compliance with customs exemptions. The contract will be awarded following the expiration of the current one on September 6, 2025. The RFI outlines specific submission details, contact information, and requests for company background and existing contract vehicles, stressing the importance of proactive and innovative approaches to customs procedures to improve efficiency and reduce costs. Overall, this RFI signifies the government's intent to enhance logistics and operational efficiency for USVF in the UK.
    Lifecycle
    Title
    Type
    Custom Clearance Services
    Currently viewing
    Sources Sought
    Similar Opportunities
    FY25 RAF Blenheim Crescent Security Services
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is seeking proposals from qualified contractors to provide security services at Royal Air Force Blenheim Crescent in the United Kingdom. The procurement aims to deliver comprehensive armed or unarmed security services to safeguard facilities and personnel against various threats, including theft, vandalism, and terrorism, while ensuring compliance with U.S. and host nation laws. This contract is a recompete for existing services and emphasizes the importance of maintaining high-quality security operations in a high-risk environment, with a focus on effective risk management and adherence to updated performance standards. Interested parties must submit their proposals by February 28, 2025, and can direct inquiries to Aaron Hamilton at aaron.hamilton.5@us.af.mil or Jason D. Falkner at jason.falkner@us.af.mil.
    100 LRS Modular Portable Cargo Loading Ramp
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a modular portable cargo loading ramp to be delivered to RAF Mildenhall, UK. This ramp is essential for enhancing the operational capabilities of the 100th Logistical Readiness Squadron (100 LRS) by facilitating offloading operations in areas where conventional cargo docks are unavailable, addressing current logistical challenges. The ramp must support a load capacity of 50 short tons, be adjustable for various vehicle wheelbases, and be transportable on a 463L pallet, with a maximum disassembled size of 88” x 108” x 88”. Interested contractors are required to submit their bids by March 12, 2025, and can direct inquiries to Jordan Goode at jordan.goode.1.gb@us.af.mil or Jordan Temple at jordan.temple.1@us.af.mil.
    Methods for Accelerated Custom Clearances for Global Distribution of DoD Cargo
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking information from qualified vendors regarding methods for accelerated custom clearances to facilitate the global distribution of DoD cargo. The objective of this procurement is to identify innovative solutions that can streamline the customs clearance process, thereby enhancing the efficiency and effectiveness of cargo distribution operations. This initiative is critical for ensuring timely delivery of essential goods and materials to support military operations worldwide. Interested parties are encouraged to reach out to Mark Surina at transcom.scott.tcj5j4.mbx.orta@mail.mil for further details and to express their interest in this sources sought notice.
    Outbound Cargo Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide outbound cargo services at Hurlburt Field, Florida. The procurement aims to secure non-personal services, including packing, preservation, and transportation of various cargo types, under the guidance of the Transportation Officer. These services are critical for ensuring the efficient movement of general, special, and high-priority cargo, including hazardous materials, while adhering to military and commercial transportation standards. Interested parties must submit a statement of interest, including company details and relevant experience, by 2:00 PM (Central Standard Time) on September 16, 2024, to the primary contacts, Margaret Peerman and Amy Jenkins, via their provided email addresses.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Buyer not available
    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.
    U.S. Customs and Border Protection (CBP) Office of Trade (OT) Import/Export Trade Data Subscription
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is soliciting proposals for an Import/Export Trade Data Subscription to enhance its trade enforcement capabilities. The primary objective is to secure a commercial trade data subscription service that provides comprehensive domestic and international trade shipment data, including details on commodities, bills of lading, and shipment activities, while ensuring user-friendly data manipulation and analysis tools. This initiative is crucial for improving trade monitoring and compliance with trade laws, thereby facilitating legitimate trade. Interested vendors must submit their proposals by March 6, 2025, at 3 p.m. ET, and can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov. The contract is expected to commence on May 26, 2025, with a firm fixed-price structure and options for four additional one-year extensions.
    Vessel Architecture
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking industry insights through a Request for Information (RFI) for a contract focused on vessel architecture, aimed at enhancing the Integrated Computerized Deployment System (ICODES) critical for Department of Defense transportation planning. The initiative requires expertise from a Marine Engineering Organization (MEO) to maintain the ICODES vessel library, which is essential for effective load planning in military operations. The contract is expected to commence from June 1, 2025, to September 30, 2025, with multiple option periods, and interested firms are encouraged to submit a White Paper detailing their capabilities by March 6, 2025. For further inquiries, interested parties may contact Michelle Chon-Knox at michelle.g.chon-knox.civ@mail.mil or Matthew J. Hellmann at matthew.j.hellmann.civ@mail.mil.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Qatar S&RTS
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in Qatar under Solicitation Number HTC71125RR012. The contract, which spans a five-year ordering period from September 21, 2025, to September 20, 2030, aims to ensure efficient cargo handling operations at the Port of Hamad, supporting U.S. military logistics. Interested contractors must comply with various federal regulations, including submission of a Technical Worksheet and adherence to pricing structures outlined in the Schedule of Rates, with a minimum order value of $2,500 for the first year. Proposals are due by March 4, 2025, and interested parties can contact Connor N. Breyer at connor.n.breyer.civ@mail.mil or by phone at 618-817-9598 for further information.
    C-5 System Integration Lab Maintenance Request For Information
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from contractors capable of maintaining the C-5M Systems Integration Laboratory as part of a Request for Information (RFI). The primary objective is to identify qualified vendors, particularly small businesses, that can provide maintenance and configuration support for modified C-5 aircraft, which requires a SECRET security clearance and a commitment to operational availability of 80 hours per month. This maintenance is crucial for ensuring the operational readiness and effectiveness of the C-5M fleet. Interested contractors must submit their capabilities documentation by March 7, 2025, to be considered for future solicitations, and should direct inquiries to Caroline Thrower at caroline.thrower@us.af.mil.