Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Packing, Local Shipment/Transport and Handling services for US Mission in Abidjan.

Active
SIV100-15-R-0003Federal
AI Contract Overview
Show more

The contract pertains to the provision of packing, local transportation, and handling services for the U.S. Mission in Abidjan. The scope includes packing and unpacking Household Effects (HHE) and Unaccompanied Air Baggage (UAB), each amounting to 120,000 kilograms. Additionally, the contractor will provide storage services for the same quantity of goods on a monthly basis, freight handling at Abidjan port and airport for various cargo types including containers, general cargo pallets, boxes, and vehicles, as well as fumigating empty wooden containers. Specifically, the anticipated quantities include handling up to 100 containers and 100 pallets at the port, 150 boxes at the airport, and 100 vehicles with and without boxing. The fumigation service is estimated for 600 wooden containers. The contract is expected to have a base period of twelve months with the option for four additional one-year extensions at the government’s discretion. It is open to all responsible sources, with offers to be submitted upon solicitation release via the Federal Business Opportunities website. The solicitation number is SIV100-15-R-0003, and key contacts for the procurement are TRAORE Bintou (Procurement Supervisor) and Jason Azevedo (AGSO). The contract falls under NAICS code 488999, related to transportation and logistics services.

General Info

Provision of packing, transportation, storage, fumigation, and freight handling services for U.S. Mission Abidjan.

Agency

N/A

NAICS

488999 - All Other Support Activities for Transportation

View NAICS

Place of Performance

Abidjan � C�te d�Ivoire, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhasePresolicitation
Posted

Presolicitation

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyN/A
Contacts2 people available
OfficeN/A
Organization / Agency
N/A
Office Address

N/A

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Please note that this solicitation is not ready a sof this date. The Embassy will lauch it on the Federal Business Opportunities (FedBizOpps) website when it is available. The requirement is for providing of Packing, local/transportation and handling services for US Mission in Abidjan. The estimated quantities are: a- Packing Services - packing of HHE Effecta: 120,000 Kgs - Packing of UAB: 120,000 Kgs b-Unpacking Services - Unpacking of HHE Effects: 120,000Kgs - Unpacking of UAB: 120,000 Kgs - Supplies: 120,000 Kgs c- Storage Services - Monthly storage of effects: 120,000Kgs d- Freight Handling - Post/Abidjan Port - Container Cargo: 100 Containers - Genral Cargo: 100 pallets - Post/Abidjan Airport: 150 boxes - Vehicles - Without boxing: 50 - with boxing: 50 - Cost of fumigating the empty wooden containers: 600 The anticipated performance is for a base of twelve months and four one year periods at the option of the Gorverment. All responsible soureces may submit an offer, which will be consider. the solicitation will be issued via FedBizOpps.

Similar Contracts

NAICS: 488999
State

Request For Application For DMH's Group Transportation Master Agreement

The Massachusetts Department of Mental Health (DMH) is soliciting applications for a Group Transportation Master Agreement to provide transportation services for groups of DMH patients, clients, and staff between locations within the state. This contract covers the non-medical transport of individuals in both emergency and non-emergency situations, addressing the need for statewide geographic coverage across inpatient, residential, shelter, and congregate living settings. The procurement is managed through the COMMBUYS platform under solicitation number BD-25-1022-DMH07-7120-108311, with submissions accepted until June 1, 2035. The service contract includes a base period of one year plus options for renewal, allowing for up to 10.5 years of performance, subject to appropriations. Providers must demonstrate sufficient capacity in vehicle availability, driver qualifications, and maintenance practices, in addition to fulfilling comprehensive safety and quality assurance standards. Applicants respond using a structured multi-part submission, comprising a Provider’s Qualifications and Service Application Form, a detailed Cost Response Workbook with fully burdened unit rates inclusive of all direct and indirect expenses (fuel, tolls, driver wages, permits, etc.), and a compilation of required attachments such as business and financial references, vehicle inventories, maintenance logs, safety records, and certificates. Evaluation criteria emphasize both technical and cost factors, requiring a “Good” rating on vehicle condition, maintenance, driver credentials, safety record, quality control, and customer service, alongside a “Reasonable” cost determination. The contract terms incorporate standard Commonwealth of Massachusetts requirements, including mandates for electronic funds transfer payments, adherence to state labor and environmental laws, data security compliance per relevant Massachusetts statutes and policies, and incorporation of Commonwealth Contract Forms and Terms and Conditions. Bid documents were recently transferred to a new solicitation reference number, maintaining the original submission deadline and requiring interested bidders to resubmit under the updated number. The contract’s overarching goal is to ensure reliable, safe, and efficient group transportation tailored to the complex needs of DMH clients statewide, while meeting Commonwealth procurement and sustainability objectives.

Massachusetts Department of Mental Health

POSTED

over 1 year ago

DEADLINE

in about 9 years

View Details
NAICS: 488999
State

Request For Application For DMH's Group Transportation Master Agreement

The Department of Mental Health (DMH) of Massachusetts issued a Request for Application (RFA) titled "DMH's Group Transportation Master Agreement," solicitation number BD-25-1022-DMH08-8210C-105732, seeking qualified contractors to provide group transportation services for DMH patients, clients, and staff. This transportation service encompasses non-medical emergency as well as non-emergency situations, aiming to facilitate safe and reliable travel between designated locations within Massachusetts. The contract is structured as a Master Agreement with an anticipated initial term and the option for up to nine additional one-year renewals, allowing potential contract duration of up to ten years. The projected annual contract value is approximately $250,000, with the cumulative potential exceeding $2.5 million over the maximum option period; however, there is no explicit maximum obligation limit set. The contract and procurement process is managed through the Commonwealth’s COMMBUYS system, with electronic submission requirements for applications, cost proposals, and supporting attachments. Applicants are required to complete a comprehensive Provider’s Qualifications and Service Application Form, submit a Cost Response Workbook detailing all-inclusive unit rates, and provide supporting documentation including detailed vehicle information, maintenance logs, safety records, business references, and certifications. The evaluation is conducted through a pass/fail framework assessing key factors such as vehicle condition and accessibility, maintenance procedures, driver qualifications, safety records, and quality control/customer service plans, with cost evaluated solely for reasonableness rather than competitive ranking. The contract mandates compliance with Massachusetts state regulations addressing tax reporting, employment verification, anti-lobbying statutes, data security protocols, and environmental sustainability measures. Security provisions require adherence to personal data protection laws with immediate notification and liability obligations for any data breaches. Contract administration involves the designation of a Department Contract Manager as the point of contact for legal notices and contract oversight. Payments are processed via the state’s financial management system (MMARS) and are facilitated through Electronic Funds Transfer (EFT). The contract includes requirements for authorized signatories, mandatory certifications under penalty of perjury, and incorporates standard Commonwealth terms and conditions. The procurement process emphasizes transparency, regulatory compliance, and supplier diversity programs, including the Small Business Purchasing Program, consistent with Massachusetts Executive Orders. Overall, the contract is intended to establish a pool of qualified transportation providers to support DMH’s operational needs with a high standard of safety, reliability, and accountability.

Massachusetts Department of Mental Health

POSTED

over 1 year ago

DEADLINE

in about 9 years

View Details
NAICS: 488999
State

Voluntary Employee Benefits Service Providers

Leander Independent School District (LISD) is seeking proposals from qualified vendors to provide voluntary employee benefits services tailored for K-12 educational settings. The solicitation aims to establish a roster of approved vendors capable of offering a range of voluntary benefits, including accident coverage, breast screening with elastography, cancer insurance, concierge services, critical illness plans, disability, employee assistance, financial services, fitness programs, health and wellness initiatives, identity theft protection, legal insurance, life insurance, medical transport, multi-cancer detection tests, and pet insurance. The contract aligns with Texas Education Code Chapter 44, Sub Chapter B, and emphasizes vendor expertise and service appropriateness for the district’s employees. Participation in this solicitation does not obligate LISD to use any specific vendor but rather enables the district to draw from an approved vendor list as needs arise during the contract period, which extends until June 30, 2029. The district reserves full discretion in selecting vendors based on the evolving requirements of its workforce and stresses that only those companies awarded under this solicitation will be considered for providing voluntary benefit services. Vendors interested in responding can direct inquiries to the designated contact, Jennifer Venanzi, and must adhere to all terms, conditions, and specifications outlined in the solicitation documentation.

Leandner ISD

POSTED

almost 2 years ago

DEADLINE

in over 3 years

View Details