Denton Cargo Re-compete Contract
ID: TRANSCOM24W001Type: Sources Sought
Overview

Buyer

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

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the services required for the Denton Cargo Transportation Management contract. The contractor must provide comprehensive technical support and resources to facilitate the movement of approved humanitarian cargo via the Defense Transportation System (DTS), ensuring timely delivery within specified periods based on transportation modes. Based in Joint Base Charleston, South Carolina, the services encompass both basic and expanded transportation options using Air Mobility Command (AMC) channels and Department of Defense (DoD) transportation assets. Key activities include coordinating interagency communication, managing logistics, providing regular updates to donors on cargo status, and ensuring compliance with regulatory requirements. Deliverables include weekly and monthly status reports on shipments and the management of all related documentation. A focus on maintaining quality customer service and timely reporting is pivotal, with performance measures established to track the contractor's effectiveness. The PWS also highlights government-provided equipment and facilities, emphasizing the necessity of clear communication, security protocols, and compliance with all applicable regulations. This contract aims to streamline transportation efforts for humanitarian assistance, supporting U.S. government operations in global disaster response scenarios while ensuring efficient management and delivery of resources.
    The United States Transportation Command (USTRANSCOM) is issuing a Request for Information (RFI) for the Denton Cargo Transportation Management, set to re-compete its existing contract. Scheduled for 2024, this initiative seeks market insights to develop an effective acquisition strategy for providing technical support, personnel, and necessary resources to manage the movement of humanitarian cargo. The RFI is not a proposal request, and responses will inform future RFPs without affecting potential evaluations. USTRANSCOM encourages participation from businesses of all sizes, particularly small businesses eligible under various socio-economic categories, with a focus on maintaining the program’s 8(a) status. Interested parties must outline their capabilities, prior experience, and commercial availability of related services, while also detailing any relevant contracting vehicles. The RFI was released on September 17, 2024, with responses due by October 10, 2024, as USTRANSCOM prepares for a contract effective on April 1, 2025, following the expiration of the current contract. This document serves as a market research tool to optimize procurement processes for Denton cargo logistics.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    Emergency Air and Ground Transportation 2024
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking contractors to provide comprehensive emergency air and ground transportation services for medical and non-medical evacuees during public health emergencies and disasters in 2024. The procurement aims to establish a system for the efficient movement of medical staff, patients, and essential cargo, utilizing a range of aircraft and ground vehicles across the Continental United States (CONUS), U.S. Territories, and internationally (OCONUS), including the transport of highly infectious patients using specialized containment systems. This initiative is critical for enhancing federal response capabilities during emergencies, with the contract structured as a 100% Small Business Set-Aside and anticipated to operate on a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) basis for one base year with four optional years. Interested parties must submit proposals by October 17, 2024, and can direct inquiries to Alan Jackson at alan.jackson@hhs.gov.