Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
SOLICITATION NOTICE

R -- Armored Car Services

Notice Date
1/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, Box 6, Washington, DC, 20231
 
ZIP Code
20231
 
Solicitation Number
DOC50PAPT0401010
 
Response Due
3/1/2004
 
Archive Date
3/16/2004
 
Point of Contact
Jason Taylor, Contract Specialist, Phone (703) 305-8218, Fax (703) 305-8294,
 
E-Mail Address
jason.taylor@uspto.gov
 
Description
(i)This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. (ii)This solicitation, DOC50PAPT0401010, is issued as a request for proposal (RFP). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. (iv)This acquisition is unrestricted. The associated North American Industrial Classification System (NAICS) code is 561613. (v)The USPTO anticipates awarding a two-year (base year plus one option year) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the provision of armored car services. Pickup locations (further described below) will be in Arlington, VA (Crystal City) and Alexandria, VA. Contract line item numbers and descriptions are specified herein. The offeror shall provide a unit price for each line item, as specified below, for both the base and option year. CONTRACT LINE ITEM NUMBERS (CLINs): CLIN 0001 First pickup and delivery of financial transactions and daily deposits by armored car, QTY: 12, UNITS: Months, PRICE:________; CLIN 0002 Second pickup and delivery of financial transactions by armored car from the following USPTO locations; SUBLINE Item Numbers (SLINs) 0002A CFO Customer Center, QTY: 12, UNITS: Months, PRICE:_________; 0002B Office of Public Records, QTY: 12, UNITS: Months, PRICE:_________; 0002C Trademark Division, QTY: 12, UNITS: Months, PRICE:_________; 0002D Patent Search Room, QTY: 12, UNITS: Months, PRICE:__________; 0002E Office of Initial Patent Examination/RAM Team, QTY: 12, UNITS: Months, PRICE:_________; 0002F PCT Operations, QTY: 12, UNITS: Months, PRICE:___________; 0002G Tech Center 2600, QTY: 12, UNITS: Months, PRICE:____________; 0002H Tech Center 3600, QTY: 12, UNITS: Months, PRICE:____________; 0002J Tech Center 3700, QTY: 12, UNITS: Months, PRICE:____________; 0002K Office of Petitions, QTY: 12, UNITS: Months, PRICE:____________; 0002L Office of Enrollment and Discipline, QTY: 12, UNITS: Months, PRICE:____________; 0002M Tech Center 2100, QTY: 12, UNITS: Months; PRICE:_____________. (vi)DESCRIPTION OF SERVICES TO BE ACQUIRED: The Contractor shall provide the necessary personnel and equipment for the pickup and delivery of monetary transactions for the USPTO twice daily. The first pickup (CLIN 0001) involves transporting funds from the Office of Finance to a financial institution. The second pickup involves retrieval of monetary transactions from various USPTO locations (SLINs 0002A???0002M) in Crystal City and Alexandria to the Office of Finance. The required times of retrieval and addresses of pickup locations are as follows: FIRST PICKUP, CLIN 0001--- LOCATION: Office of Finance, Receipt Accounting Division, 2011 Crystal Drive, Crystal Park One, Suite 307, Arlington VA 22202. TIME: 11:30 A.M. DELIVER TO: Wachovia Bank, 1755 Jefferson Davis Highway, Arlington, VA 22202. TIME: 11:40 A.M. SECOND PICKUP, CLIN 0002, Retrieval from the following USPTO locations: 0002A CFO Customer Center, Remsen Building, 400 Dulaney Street, Alexandria VA 22314; 0002B Office Of Public Records Assignment/Certification, 1213 Jefferson Davis Highway, Crystal Gateway 4, RM. 332, ARLINGTON VA 22202; 0002C Trademark Division, 2900 Crystal Drive, South Tower Building, 4TH FLOOR, Cashier Window, Room 4B10, Arlington VA 22202; 0002D Patent Search Room, 2021 S. Clark Street, Crystal Plaza 3/4, 1ST Floor Cashier Window, Arlington VA 22202; 0002E Office of Initial Patent Examination/RAM Team 2011 S.Clark Street, Crystal Plaza 2 1ST Floor, Room 1B01 Arlington VA 2202; 0002F PCT Operations, 2011 S. Clark Street, Crystal Plaza 2, 7TH Floor, Room 7C18, Arlington VA 22202; 0002G Tech Center 2600, 2121 Crystal Drive, Crystal Park 2, 6TH Floor Atrium, Arlington VA 22202; 0002H Tech Center 3600, 2451 Crystal Drive, Crystal Park 5, 7th Floor Lobby, Arlington VA 22202; 0002J Tech Center 3700, 2011 South Clark Place, Crystal Plaza 2, Room 10E16, Arlington VA 22202; 0002K Office of Petitions, 2201 South Clark Place, Crystal Plaza 4, Room 3D24, Arlington VA 22202; 0002L Office of Enrollment and Discipline, 2221 South Clark Street, Crystal Plaza 6, Suite 1103, Arlington VA 22202; 0002M Tech Center 2100, 2121 Crystal Drive, Crystal Park 2, 4TH Floor Atrium, Arlington VA 22202. Pickup and delivery for all CLIN 0002 locations must be completed between the hours of 3:30 and 5:00 p.m. each day in order to allow for reconciliation, bank preparation and timely forwarding to the designated locations. The USPTO is in the process of moving to a new consolidated campus in Alexandria, VA. As the move progresses, the number of CLIN 0002 pickup locations ordered will decrease. (vii)PERIOD OF PERFORMANCE: The proposed period of performance of this contract is April 1, 2004 through March 31, 2005 with provisions to exercise one option period of one year. Clause 52.217-9, ???Option to Extend the Term of the Contract,??? is applicable to this acquisition and is incorporated herein as follows: (a) The Government may extend the term of this contract by written notice to the Contractor within the last 30 days of the effective period of the contract provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. (viii)The provision at 52.212-1, ???Instructions to Offerors???Commercial Items,??? applies to this acquisition and is incorporated herein. (ix)The provision at 52.212-2, ???Evaluation???Commercial items,??? applies to this acquisition. The following factors shall be used to evaluate offers: (1)Technical Capability, (2)Relevant past performance on similar projects will be evaluated for quality performance, and (3)Price. Both independent data and data supplied by offerors in their proposals may be used to evaluate past performance. The offeror shall provide at least 3 references with the name, telephone number and email address of contact person. Offerors shall provide a price for each CLIN/SLIN for the base year and option year. Factors 1 and 2 are approximately equal, and when combined, are approximately equal to Factor 3. The Government may determine that an offer is unacceptable if prices are significantly unbalanced. Evaluation of option pricing shall not obligate the Government to exercise the option. (x)Offerors must include a completed copy of the provision at 52.212-3, ???Offeror Representations and Certifications???Commercial Items??? with its offer. (xi)The clause at 52.212-4, ???Contract Terms and Conditions???Commercial Items??? applies to this acquisition. (xii)The clause at 52.212-5, ???Contract Terms and Conditions Required to Implement Statutes or Executive Orders???Commercial Items??? applies to this acquisition. Clauses in 52.212-5 that are applicable to this acquisition are those at (b)(1), (13) through (19), (29), and (31). (xiii) The provision at 52.216-18, ???Ordering??? applies to this acquisition and is incorporated herein. Orders may be issued during the effective period of the contract. The provision at 52.216-19, ???Order Limitations??? applies to this acquisition and is incorporated herein as follows: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $200,000; (2) Any order for a combination of items in excess of $200,000; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. Offerors shall submit an original and two (2) copies of its offer to the U.S. Patent and Trademark Office, Mail Stop 6, P.O. Box 1450, Alexandria VA 22313-1450, ATTN: Mr. Jason E. Taylor. The closing date for receipt of proposals is 2:00 p.m. EST, March 1, 2004. The point of contact for this acquisition is Jason Taylor at (703) 305-8218 or email to jason.taylor@uspto.gov. This solicitation shall not be construed as a commitment of any kind.
 
Record
SN00512974-W 20040201/040130212025 (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.