Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2004 FBO #0950
SOURCES SOUGHT

R -- Courier Services

Notice Date
7/1/2004
 
Notice Type
Sources Sought
 
NAICS
492110 — Couriers
 
Contracting Office
Office of Personnel Management, Contracting, Facilities and Administrative Services Group, Contracting Division, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
Reference-Number-OPM-CIS
 
Response Due
7/16/2004
 
Archive Date
7/31/2004
 
Point of Contact
Terry Anderson, Contract Specialist, Phone 202/606-4056, Fax 202/606-1464, - Denise Haizlip-Harrod, Contract Specialist, Phone (202) 606-4116, Fax (202) 606-1464,
 
E-Mail Address
tlanders@opm.gov, dhharrod@opm.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A SOLICITATION FOR PROPOSALS OR AN INVITTION FOR BIDS, NOR DOES IT REPRESENT A COMMITMENT BY THE GOVERNMENT TO PAY FOR COSTS INCURRED IN THE PREPARTION AND SUBMISSION OF DATA OR ANY OTHER COSTS INCURRED IN RESPONSE TO THIS ANNOUCEMENT. This Request for Information is for information and planning purposes only. It is not to be construed as a commitment by the Government to either procure any services or pay for the information received. The U.S. Office of Personnel Management (OPM) intends to issue a solicitation to procure courier services in support of the Office of Personnel Management, Center for Investigations Service, located in the Theodore Roosevelt Federal Building (TRB), Washington, DC. These services will include pickup and delivery of freight (3 cubic feet, locked footlocker type trunks weighting approximately 40-80 pounds) from OPM headquarters, 1900 E. Street NW, Washington, DC to the following locations: 1. OPM-Center for Investigations Service, 7630 Little River Turnpike, Suite 400, Annandale, VA 22003. 2. OPM-Center for Investigations Service, 6525 Belcrest Road, Suite 600, Hyattsville, MD 20782. 3. OPM-Center for Investigations Service, 4205 Suitland Road, Suitland, Suitland MD 20746. 4. OPM-Center for Investigations Service, 2231 Crystal Dr., Suite 410, Arlington, VA 22202. Timeliness of the deliveries is a major priority as is the secure transport and handling of the material. A fixed-price contract will be awarded for a base period of one year with two (2) one-year options for a total period of performance not to exceed three (3) years. The contractor will provide secure, accountable courier service between OPM headquarters, 1900 E. St. NW, Washington, D.C. 20415 and the OPM-Center for Federal Investigative Services Office listed above. This service will take place weekdays (Monday-Friday) between 8:00 AM and 2:30 PM, except the 10 federal holidays. Freight (sealed boxes) will be picked up from OPM headquarters between 8:00 AM and 9:00 AM and delivered to the established exchange locations. At each established location an exchange will take place dropping off and picking up freight to be returned to OPM headquarters. Deliveries and pickups at the established locations will occur between the hours of 9:00 AM and 2:30 PM. Freight from the established exchange locations will be returned to OPM headquarters by 2:30 PM each day. There are occasions that will require pickup to be delayed. The vendor and OPM contact officials will arrange scheduling of any delayed pickups. Furthermore, there may be occasions that require delivery on a holiday, weekend, or times other than normal hours of operation, when no employee(s) are available to receive the delivery. On those occasions the delivery will be made on the next business day, or by mutual arrangement between the landlord, receiving facility and contractor. Additionally, where the vehicle will be left unattended for an hour or longer the contractor must provide an OPM approved ?permanent? secure holding area to maintain the material until the delivery is accomplished. The minimally acceptable ?permanent? secure holding area must be fully enclosed and deter theft and/or vandalism to the freight. Whenever the freight is to be left unattended for a period of less than one hour, it must be in an OPM approved ?in transit? secure holding area. The minimally acceptable ?in transit? secure holding area may be the transport vehicle so long as it is completely secured before leaving the vehicle unattended. OPM will provide a security appraisal for both the ?permanent? and ?in transit? secured holding areas. Transport Vehicle (TV) The contractor must ensure their TVs are secure in a manner to protect sensitive, but unclassified materials from theft or destruction. The TVs must be closed, above average in reliability, safety, and energy efficiency for TV in their class. TV must have their cargo compartment separated from the cab. Cargo doors must be secured with a high-security locking device. Additionally TVs must be minimally equipped with the following: Two-way mobile radio or cellular telephone communications. Lockable passenger compartment cab. AM/FM radio OPM will provide security appraisals to ensure TVs are acceptable. Only OPM may grant one-time authority to use a temporary ?closed-type? replacement vehicle to prevent mission degradation. Freight: The usual freight from the Center for Investigations Service offices would be no more than (15), footlocker type trunks, locked, weighing approximately 40 pounds each, but could be as much as 80 pounds, and are roughly (3) cubic feet each. The contents of the locker type trucks would consist of paper, magnetic tape, equipment, etc. Some freight from the Center for Investigations Service may also be in sealed boxes. The workload/volume is subject to change with little notice. The Center for Investigations Service will attempt to provide a two-day notice to the contractor. Contractor/Driver Responsibilities: The contractor will provide drivers who will be responsible for loading and unloading at origin and destination and must be insured and bonded. Furthermore, the contractor should have an OPM approved plan to secure the Governments? information in case of unforeseen circumstances (i.e. ? breakdowns or accidents) while en route between the OPM facilities. The contractor should ensure the plan is disseminated to and utilized by its drivers. Background Investigations: All drivers, personnel, and passengers in the delivery vehicle(s) who could/would handle the freight must pass the appropriate level OPM approved background investigation. The cost associated with all contractors background investigation(s) shall be incurred by the contractor. As authorized by 5 CFR 731 and 736, the Contractor will provide qualified personnel with appropriate suitability investigations to meet the requirements of a sensitivity designation level of Critical Sensitive. The investigative requirement is, at a minimum, the following: Background Investigation (BI) - if no prior BI has been conducted on the contract employee or any prior BIs were completed more than five years ago; or Periodic Reinvestigation (PRI) - if the Federal government has conducted a BI level of investigation on the contract employee within the last five years; or Upgrade to BI (BGI) ? if the Federal government has conducted a Limited Background Investigation (LBI) within the last two years. OPM will require all contractor personnel to be investigated. Background investigations will be adjudicated by OPM's Security Officer prior to personnel beginning work under this contract. This requirement may be temporarily excepted as shown below. Within 30-days of contract award, Contractor shall make arrangements through the COR for EXPEDITED (35-day) OPM investigations on all proposed personnel to determine their suitability for employment. This shall include providing the COR with the following completed documentation for each person to be investigated: (1) Standard Form 86, Questionnaire for National Security Positions. (2) Original Fingerprint Card (FD-258); (3) Declaration for Federal Employment (OF-306). Upon receipt of the required forms, the OPM Security Officer will obtain any existing reports of previous investigations and will determine if the personnel suitability requirements can be met by such investigations or if additional investigation is required. Contractor is cautioned that current or previous investigation by the OPM or another investigative organization, e.g. the Defense Industrial Security Clearance Office (DISCO), will not automatically result in a favorable adjudication by the OPM Security Officer without the need for further investigation. The Government reserves the right to make temporary exceptions to allow Contractor personnel to begin work or to allow limited access to a system after having examined partial investigatory data with some items incomplete. If, at any time during the investigation, information that could result in an unfavorable evaluation is reported to the Security Officer, the temporary exception may be withdrawn pending resolution of the issue. (a) The Contractor will pay for each required individual investigation. The cost for the BI is $1,961.55; the cost for a PRI is $335.13; and the cost for a BGI is $916.30. (b) Some typical disqualifying issues that can result in an unfavorable adjudication are: Current drug or alcohol abuse; Pattern of financial irresponsibility; Improper or illegal sale of firearms; Patterns of violence; Patterns of dishonesty; (c) The Contractor may, from time-to-time, seek advance guidance from the Government in cases where potential-disqualifying issues may be present. The OPM is interested in knowing what the capability of the small business community is for performing work of this type. Interested small businesses can submit their capability statements by E-mail, fax or mail to the original point of contact listed in this announcement. Capability Statements should be submitted not later than 3:00 pm, July 16, 2004. All Capability Statements received after the closing date and not postmarked at least five (5) days prior to the closing date, will be considered late and will not be given consideration. The North American Industry Classification System code for this project is 492110, and the small business standard is a 6.0 million per year. Capability Statements can be E-mailed to tlanders@opm.gov, faxed to 202-606-1464, or mailed to the attention of Terry L. Anderson, 1900 E. Street, NW, Room 1342, Washington DC, 20415.
 
Place of Performance
Address: 1900 E. Street, NW, Washington, DC
Zip Code: 20415
Country: U.S.
 
Record
SN00614284-W 20040703/040701212933 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.