Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

R -- Post Box and Delivery Services

Notice Date
3/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Naturalization Service, Dallas Administrative Center, 7701 N. Stemmons Freeway 8th Floor, Dallas, TX, 75247
 
ZIP Code
75247
 
Solicitation Number
ACD-3-Q-0019
 
Response Due
3/19/2003
 
Point of Contact
Richard Sallee, Contract Specialist, Phone 214 905 5392, X94, Fax 214 905 5568, - Thomas Jones, Contract Specialist, Phone 214-905-5392, Fax 214-905-5568,
 
E-Mail Address
richard.r.sallee@usdoj.gov, thomas.jones@usdoj.gov
 
Description
17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is not a small business set-aside. The Contracting Officer has no reasonable expectation based on market research that a small business meets the required criteria. The solicitation further limits the area of consideration to quoters within Lincoln, NE 68501. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation No. ACD-3-Q-0019 is being issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-12. The North American Industrial Classification System (NAICS) is 491110. Specifications. The anticipated contract will be a firm-fixed price – indefinite delivery – indefinite quantity ordered by task orders. Vendor receives an average of 50,000 pieces of mail daily and provides a guaranteed minimum of 30 post office boxes and not to exceed 50 post office boxes with daily delivery to the Nebraska Service Center, Department of Homeland Security, Bureau of Citizenship and Immigration Services, 850 S Street, Lincoln, Nebraska 68508. Daily is defined as Monday through Friday excluding all federal holidays. The boxes will be used for sorting the different types of actions required by the Service Center. One box will be used as a “catch all” for general administrative and actions not covered by the other individual boxes. One of the individual boxes will be a security box requiring delivery in a security-approved container (as defined by the US Postal Service). All boxes will be for processing sensitive immigration documents therefore all vendor personnel handling the boxes must be cleared through INS or US Postal Service security before being allowed to handle the boxes. Point of contract below will provide INS security requirements if requested in writing. Performance period is for 12 months then the Government will consider exercising up to four (4) one-year option periods with performance continuing up to a maximum of five (5) years and six (6) months. Exercising of option years is at the sole discretion of the government. Quotes should include a base year price as well as prices for each option year. FAR Clause 52.217-8, Option to Extend Services, will be part of this contract. The base period of performance will commence the 1st day of the month following the Contracting Officer’s signature and run for 12 months. Option periods will commence the day after expiration of the previous period. Base Performance Period: CLIN 0001, Guaranteed Minimum of 30 boxes at $__________ box per month totaling $__________. CLIN 0002, Variable number of boxes not to exceed 20 boxes at __________ box per month totaling $__________. CLIN 0003, “Catch all box” at $__________ box per month. Performance Period One: CLIN 1001, Guaranteed Minimum of 30 boxes at $__________ box per month totaling $__________. CLIN 1002, Variable number of boxes not to exceed 20 boxes at __________ box per month totaling $__________. CLIN 1003, “Catch all box” at $__________ box per month. Performance Period Two: CLIN 2001, Guaranteed Minimum of 30 boxes at $__________ box per month totaling $__________. CLIN 2002, Variable number of boxes not to exceed 20 boxes at __________ box per month totaling $__________. CLIN 3003, “Catch all box” at $__________ box per month. Performance Period Three: CLIN 3001, Guaranteed Minimum of 30 boxes at $__________ box per month totaling $__________. CLIN 3002, Variable number of boxes not to exceed 20 boxes at __________ box per month totaling $__________. CLIN 3003, “Catch all box” at $__________ box per month. Performance Period Four: CLIN 4001, Guaranteed Minimum of 30 boxes at $__________ box per month totaling $__________. CLIN 4002, Variable number of boxes not to exceed 20 boxes at __________ box per month totaling $__________. CLIN 4003, “Catch all box” at $__________ box per month. Award will be a single vendor award. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; quoters must obtain a copy of these provisions and submit with their quotation. The following clauses are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.207-4, Economic Purchase Quantity-Supplies and JAR 2852.233-70, Protests Filed With the Department of Justice, apply as addenda to FAR.212-4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Contracting officer indicated clauses for FAR 52.212-5 are 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); Contractor Registration (31 U.S.C. 3332), 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration ((31 U.S.C. 3332), 52.232-36, Payment by Third party (31 U.S.C. 3332), 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). Wage Determination 1994-2325 (REV 24), June 7, 2002. FAR 52.216-22, Indefinite Quantity. FAR 52.212-2, Evaluation-Commercial Items. Award will be made to the firm that is technically acceptable and offers the best value to the government. Best value is determined by considering both price proposal and costs of award administration. Evaluation will be based on price plus past performance, with award being based on lowest price technically acceptable. PAST PERFORMANCE: Each quoter shall describe in a narrative their past performance on similar contracts held within the last three years which are of similar scope, magnitude and complexity to that which is detailed in this RFQ. Past Performance shall be evaluated in the following manner: The Government will assess the quoter’s ability to perform, including the quoter’s likelihood of achieving success in meeting the contract requirements based on the contractor's description of solutions to past problems. A description of the progress of the projects currently in process should be included as well. Contracts listed may include those entered into with the Federal, state and local government agencies and commercial customers. Past Performance will be assessed and assigned a narrative rating in the evaluation. The Government will evaluate each quoter’s past performance based on the information submitted by the quoter, as well as information that the Government collects by itself. Quoter will be given credit for good past performance and lose credit for poor past performance. If the quoter does not have a past performance history relating to this solicitation, the quoter will be evaluated neither favorably nor unfavorably for this factor. The Immigration and Naturalization Service is in transition to the Department of Homeland Security. Any changes to the administration of this solicitation or contract will be made by amendment or modification. Orders may be issued via facsimile. Quotes are due March 19, 2003, 2:00pm Dallas time, at Department of Homeland Security, ATTN: Rick Sallee, ACDCPM, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries should be in written form and faxed to (214) 905-5568 or Richard.r.sallee@usdoj.gov. All responsible sources may apply. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 08-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/INS/ACD/ACD-3-Q-0019/listing.html)
 
Place of Performance
Address: Department of Homeland Security Bureau of Citizenship and Immigration Services 850
Zip Code: 68508
 
Record
SN00299079-F 20030410/030408221854 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.