Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
SOLICITATION NOTICE

R -- Local Courier Services

Notice Date
8/5/2004
 
Notice Type
Solicitation Notice
 
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
OPM-RFP-04-00033TLA
 
Response Due
8/19/2004
 
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
The Office of Personnel Management (OPM) has a small business set-aside requirement for local courier services within the Washington Metropolitan area in support of the OPM Center for Investigations Service, located in the Theodore Roosevelt Federal Building (TRB), Washington, DC. The North American Industry Classification System Code for this acquisition is 492110. The small business size standard is 1,500 employees. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and 13.106, 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. Solicitation OPM-RFP-04-00033TLA is issued as a Request for Proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The Government intends to award a firm-fixed price contract with a base period of one year and two one-year options for a total period not to exceed three (3) years. The Contractor shall provide the labor, and equipment necessary to perform the services set forth in the Work Statement. 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 Federal Investigative Services 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 MD 20746; 4. OPM-Center for Investigations Service, 2231 Crystal Dr., Suite 410, Arlington, VA 22202. Timeliness of the deliveries and the secure transport and handling of freight is a major priority. The contractor will provide secure, accountable courier service between the hours of 8:00 AM and 2:30 PM, Monday ?Friday, excluding the 10 Federal holidays. Freight 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. The contractor must ensure their transport vehicles (TVs) are secure in a manner that will protect sensitive, but unclassified materials from theft or destruction. The TVs must be closed, above average in reliability, safety, and energy efficiency for TVs in their class. TVs must have their cargo compartment separated from the cab preferably with steel mesh or grating. Cargo doors must be secured with a high-security locking device. Additionally TVs must be minimally equipped with the following: (a) Two-way mobile radio or cellular telephone communications; (b) Lockable passenger compartment cab; (c) 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. 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. 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. All drivers, personnel, and passengers in the TV having access to or handling freight must pass the appropriate level background investigation approved by OPM. 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 three 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 the awarded 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 following FAR clauses and provisions apply to this acquisition and are incorporated by reference. Full text will be made available upon request: FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS. Offers should include the following information which has been added as addenda to FAR 52.212-1. Proposals should be submitted in two volumes, technical and cost. Both the technical and price proposal should be submitted in an original and two (2) copies. The Technical Proposal shall contain the following information: 1. A description as to how the contractor intends to perform the work set forth in this RFP along with a detailed schedule for performing the required tasks identified in this solicitation. 2. A summary of recent, relevant past performance experience in managing a courier service that collects and distributes sensitive information between interstate regions for either private, Federal, state or local agencies that demonstrates an ability to provide the services set forth in the solicitation. Additionally, three contract references shall be provided identifying the type of services performed, the agency or company for which services were performed, the name and phone number of individuals for whom the services were performed, the contract number, amount, scheduled completion date and actual completion date if different from the scheduled completion date with explanation, the name and number of the Contracting Officer or Administrative Contracting Officer and Contracting Officer Representative. 3. A detailed description of a quality control plan to be implemented by the offeror that will assure the quality and timeliness of services provided, develop an evaluation plan, and provides corrective actions taken in areas where deficient. 4. A plan for managing the day to day operation of the program, including how the geographic area will be serviced, how support (administrative and technical) will be provided to ensure the service operates smoothly throughout the life of the agreement, and to OPM?s requirements and expectations. 5. A plan for operation to control and secure sensitive information, including personnel background investigation clearances, training of personnel, contingency planning, vehicle security and periodic reviews, and flexibility of operations. 6. Experience with the special delivery needs of sensitive information. The Cost Proposal shall contain the following information: The offeror shall provide a firm fixed-price for the base year and options one and two for the following schedule items: 1. Originating from OPM HQ to Annandale, VA, RT 250/yr. 2. Originating from OPM HQ to Hyattsville, MD 250 RT /yr. 3. Originating from OPM HQ to Suitland, MD 250 RT /yr. 4. Originating from OPM HQ to Arlington, VA 250 RT /yr. Proposals will become the property of the Government and will not be returned. If the proposal contains information you do not wish disclosed to the public or used by the Government for any purposed other than evaluation of the proposal, then such restriction must be clearly indicated on each sheet containing such information. The Government reserves the right to make an award without discussion of the proposals received under this solicitation. Accordingly, Offerors should submit their proposals on the most favorable terms possible from both a technical and pricing standpoint. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS and shall include the following factors as addenda to this provision: Offerors responding to this solicitation will be evaluated using the factors below. Technical Proposals: The technical merit of offers will be weighted substantially more than cost. Offers will be evaluated on the basis of ?Best Value? considering price and other factors. Technical proposals must specifically address each of the following factors in a manner that will make apparent the Offeror?s proven ability to provide the services set forth in the Work Statement: (1) Knowledge of Government Requirement; (2) Experience and Past Performance; (3) Overall Startup Resources; (4) Management and Personnel Procedures; (5) Quality Control. Cost Evaluation: The Price Proposal will be evaluated for the base period and all option periods. The Price Proposal shall be evaluated to determine completeness (responsiveness in providing all RFP requirements) and reasonableness (acceptability and validity of the price estimating methodology.) To assist in determining reasonableness, evaluation of an Offeror?s proposal may include verification of the rates proposed. All offers must include a completed copy of the provision 52.212-3 OFFEROR REPRESENTATION AND CERTIFICATION?COMMERCIAL ITEMS. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS; FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS, the following clauses are incorporated by reference in paragraph (b): 52.222-21 PROHIBITION OF SEGREGATED FACILLITES (FEB 1999); FAR 52.222-26 EQUAL OPPORTUNITY (APR 2002 (E.O. 11246); 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) (29 U.S.C. 793); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETEANS OF THE VIETNAM ERA, AND OTHER ELIGIBLEE VETERANS (DEC 2001) (38 U.S.C. 4212); 52.232-33 PAMENT BY ELECTROINC FUNDS TRANSFER?CENTRAL CONTRACTOR REGISTRATION (MAY 1999) (31 U.S.C. 3332); and any additional contract requirements or term and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. Interested parties may submit offers to Terry L. Anderson, Contract Specialist, Office of Personnel Management, Contracting Branch, Room 1342, 1900 E. Street, N.W., Washington, D.C. 20415, no later than August 19, 2004, 3:00 p.m. eastern standard time. Proposals received after this time and date will not be considered unless it is determined to be in the Government?s best interest to do so. The Office Personnel Management is a secured Government Facility; and the Contractor is responsible for arriving in sufficient time to be processed through security. Late delivery may result in rejection of the Contractor?s proposal. Questions regarding this requirement should be directed to Terry Anderson by fax to 202-606-1464 or by e-mail to tlanders@opm.gov. All questions must be received no later than August 12, 2004. Questions received after this date may not be answered.
 
Place of Performance
Address: Washington, DC
Country: US
 
Record
SN00638107-W 20040807/040805213253 (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.