Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2003 FBO #0524
SOLICITATION NOTICE

S -- AIRPORT LABOR - LOADING AND UNLOADING OF AIR CONTAINERS

Notice Date
5/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
Reference-Number-1069-333022
 
Archive Date
5/31/2003
 
Point of Contact
Raymond Bouford, Contracting Officer, Phone 7038756844, Fax 7038756085,
 
E-Mail Address
boufordrw@state.gov
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This solicitation is open for all business sizes, however, if two or more small businesses provide responsive quotes, the requirement will be a Small Business Set-aside. The reference number is 1069-333022 and is issued as a request for quotation (RFQ). This announcement constitutes the only solicitation. Services are to be performed at the Miami International Airport in Miami, FL. Due date for quotes is May 16, 2003. We anticipate award for this purchase order to be on or before May 31, 2003. The government plans to award a commercial item purchase order to the bidder with the most advantageous bid to the government based on both price and capability. Award may be made without further discussions. Therefore, all bidders MUST submit their best price and best capability statement. All quotes must reflect the price, to include the price of the conveyor, as a loaded billing rate of price per hour. The U.S. Department of State, requires the following commercial service: Intermittent labor for unloading containers at the Miami International Airport. The Miami Regional Diplomatic Courier Division requires two personnel with a mechanized conveyor belt to work intermittently as designated by the on-site Department of State supervisor. The supervisor will provide a 24 hour notice prior to any work assignment. The work schedule will be dependent on airline schedules. Whenever tasked, the work should take approximately four hours. Personnel must be dependable and report on time when services are requested. No government security clearances are required but contract personnel must have proper airport clearances and identification to operate on the TARMAC side of the airport. The work to be performed includes unloading and reloading large, heavy diplomatic pouches and crates from various airline containers and pallets located at the Department of State Diplomatic Courier vault facility at the Miami International Airport. Pouch material will be stored, stacked and positioned in the vault facility by contract personnel at the direction of the on-site DoS personnel. The Service Contract Act applies to this requirement. IAW wage determination 1994-2119, rev 20 the minimum wage for a material handling laborer is $10.05. In addition, Miami, FL has a living wage law. Potential offerors must contact Miami directly for information on this law. The selected contractor must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition. The selected offeror MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions Commercial Items, The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.225-13, 52.232-34. As proscribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a FAR clause may be accessed electronically at http://www.arnet.gov/far. In addition, the selected offeror must certify that they: (a) do not comply with the Arab league boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Act of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70). FEDBIZOPPS note code 1 applies. All quotes must be faxed to 703-875-6085 or sent by email in Microsoft Word format to BoufordRW@state.gov. Should Offerors require additional clarification, contact Mr Raymond Bouford by email at BoufordRW@state.gov
 
Place of Performance
Address: Miami International Airport, Miami, Fl
 
Record
SN00317766-W 20030507/030505213304 (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.