Transportation by sea shall be conducted by DOD-Approved Voluntary Intermodal Sealift Agreement carriers. Air transportation shall use U.S. Flag DOD-Approved CRAF carriers, when available, to meet the requirement.
COMPANY INFORMATION
All interested parties should respond with answers to the below questions:
1. Does your company have experience as a prime or sub contractor in shipping DOD cargo?
2. Is your company a DOD-Approved VISA carrier or a U.S. Flag DOD-Approved CRAF carrier?
3. Do you intend to subcontract to a VISA/CRAF carrier? If yes, please provide which VISA/CRAF carriers you intend to subcontract with.
4. For cargo that cannot be transported on a CRAF aircraft, do you intend to subcontract the work to a non-CRAF carrier? If yes, please list the non-CRAF carriers you intent to subcontract with.
5. Does your company utilize Multimodal movements to transport cargo overseas? If yes, please provide details.
6. What booking system/processes do you use for your non-Government customers? Please provide details.
OPERATIONS INFORMATION
1. Do you utilize a 3PL? If yes, which 3PLs do you utilize and what functions do they perform.
2. When you have a certain amount of cargo to be shipped, do you have rates already established or is each shipment quoted differently?
3. Do you provide and stuff/unstuff your own containers?
4. If using sea/air in the same movement, is the cargo unstuffed from the containers and palletized before the cargo is loaded on the aircraft?
5. What are the maximum dimensions and weight of cargo your company is able to transport?
6. Do you currently carry any type of commercial insurance? If yes, what type of insurance (i.e. hull, all risk, etc) and what dollar amount?
7. How much cargo liability protection do you offer to your commercial customers? How is it calculated? Please provide some examples of the coverage offered. If cargo liability protection is provided, do you offer your commercial customers the ability to purchase additional liability protection?
8. Is there one all-inclusive rate used for the entire movement or are the segments priced separately? If priced separately, please provide an example.
9. Are there accessorials utilized on your commercial shipments? If so, what?
10. Have you established a process for clearing customs duty free for US Government cargo (i.e. trans-load location and destination country)?
11. What infrastructure does your company have in place in Afghanistan to transport cargo from the outlying FOBs?
12. Is your company able to transport cargo to/from Afghanistan without dependence on the Government providing life support services?
13. What ITV systems do you use to track cargo door-to-door for your non-Government customers?
14. How much time (i.e. 24-hours, 48-hours, etc) would you typically need in order to obtain a complete end-to-end per pound price for cargo transiting Afghanistan to the Continental United States and vice versa?
15. How much time is optimal between notification of a shipment award and the actual pick-up date of the cargo?
16. How much time is optimal (i.e. 45 days, 60 days, etc) between notification of a shipment award and the required delivery date for you to offer the best pricing possible for cargo transiting Afghanistan to the Continental United States and vice versa?
PRICING INFORMATION
1. Are the services provided under the Multimodal contract a "commercial item" as defined in FAR 2.101(b)?
2. For shipments designated lower priority, please provide feedback as to utilizing award based on a "lowest price technically acceptable" (LPTA) basis.
3. What accessorial are appropriate for this requirement?
4. Would your company support the Government-provided-across-the-board fixed price for Interior and Exterior washing accessorials so that washing can be ordered "as needed" versus being bid on each RFQ? What price would you suggest for each?
At this time, USTRANSCOM is NOT looking for proposals. NO SOLICITATION EXISTS AT THIS TIME. This RFI does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited.
Responses to this RFI are due 26 September 2014, 1:00 PM Central Time. Electronic copies can be submitted to [email protected], [email protected], and [email protected]. If you submit proprietary data, please mark it clearly with the appropriate markings. Further action on this anticipated requirement will be determined following review of the responses to this RFI.
All correspondence regarding this RFI should be addressed to Mr. Michael Muskopf, Contracting Officer, USTRANSCOM/TCAQ-R, email [email protected], Ms. Nicole Radake, Contract Specialist, USTRANSCOM/TCAQ-R, email [email protected] and Mr. David Stevens, Branch Chief, USTRANSCOM/TCAQ-R, email [email protected].