Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

R -- Courier Services

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
492110 — Couriers
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-T-0157
 
Response Due
9/7/2004
 
Archive Date
11/6/2004
 
Point of Contact
Phuong Newhart, 703-695-2952
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Phuong.Newhart@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Contracting Command-Washington (DCCW), on behalf of the United States Army Legal Services Agency (USALSA) is issuing a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in the Federal Acquisitio n Regulation (FAR) 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. Solicitation number for this acquisition is W74V8H-04-T-0157 and is being issued as a Request for Proposal. This solicitation, incorporated provisions and clauses, is in effect through Federal Acquisition Circular 97-27. The solicitation is unrestricted. Courier(s) must have a TO P SECRET clearance on or before 1 Oct 2004. North American Industry Classification System Code (NAICS) is 492110. Requirement will be for base year with four (4) option years. The proposal shall include the following information to be considered: Technica l proposal should provide sufficient information for evaluation but not more than 20 pages. A Firm-Fixed Price (FFP) proposal is required for the base year and all option years for all services described in SOW: A. General Information A.1. Introduction For the past several years, the United States Army Legal Services Agency (USALSA) has required the services of a courier for daily scheduled and non-scheduled pick-up and delivery of letters and packages and intra-agency mail handling activities. The prom pt pick-up and delivery of letters and packages is critical to USALSA's mission. Courier will also be responsible for daily mail metering of outgoing mail and distribution of incoming mail. A.2. Background Information A.2.1 The mission of USALSA is to provide administrative, personnel, fiscal, and logistical legal support, including legal research services, as required, for all elements of the agency according to law and the policy of The Judge Advocate General (TJAG). USALSA has fourteen Divisions. A very brief synopsis of some of the Divisions is listed below: A.2.2 The US Army Court of Criminal Appeals (ACCA), which performs appellate review of courts-martial and reviews trial records. The Office of the Judicial Advisor/Clerk of Court, which is the administrative arm of the ACCA. The Trial Judiciary Division presides over general and special courts-martial throughout the Army. The Government Appellate Davison represents the US before the ACCA, Court of Appeals for the Armed Forces, and the US Supreme Court. The Defense Appellate Division represents accused b efore the ACCA, Court of Appeals for the Armed Forces and the US Supreme Court. A.2.3 The Contract Appeals Division of the USALSA represents the Army in contract disputes and bid protests and has a caseload valued at between $300 and $400 million. The Regulatory Law & Intellectual Property Division of USALSA represents the Army befo re Federal and State regulatory tribunals relating to utilities, communications, transportation, mail and other regulated entities. This Division also provides counsel to ALL commands and installations of the Army without in-house patent/IP Counsel. A.2.4 The performance of courier services has required one full-time person for each 8-hour USALSA business day. A.3. Scope Inter-Agency and Intra-Agency Mail pick-up and delivery. A.3.1 The contractor shall provide daily courier services, scheduled and unscheduled within the National Capital Region (NCR) for delivery of packages between USALSA and the Office of the Judge Advocate General at the Pentagon and in Rosslyn, Virginia vari ous government offices in the Pentagon, the Court of Appeals for the Armed Forces (CAAF), and the Armed Services Board of Contract Appeals (ASBCA). The NCR encompasses a 50-mile radius of 901 North Stuart Street, Arlington, and includes Washington, DC, For t Belvoir, Fort McNair, Alexandria, VA, and McLean, VA. There are scheduled daily pic k-ups on a daily scheduled route and unscheduled pick-up and deliveries that are not on the daily scheduled route. There are seventeen scheduled daily pick-ups. Historically, the number of unscheduled deliveries has fluctuated between zero and fifteen per day. Some deliveries may involve very late afternoon notice and require a quick delivery, for example a delivery to DOJ with a same-day filing deadline. The number of miles traveled per day has been as few as 80 miles to as many as 140; and the size of p ackages couriered has been letters to boxes up to 50 pounds. A.3.2 Internal USALSA Mail Handling. The courier contractor shall provide mail distribution (received via US Postal Service) and mail metering services for USALSA within the North Stuart USALSA office. Historically, the outgoing mail metered has been as few as 200 pieces and to many as 450 p er day, including thirty-seven cent letters and packages of various sizes. Sizes of incoming mail can vary from large boxes, Federal Express, certified mail, or thirty-seven cent letters. A.3.3 Special Considerations. The established delivery times for CAAF, GAO, and ASBCA are a must and failure to make scheduled deliveries/pick-ups to CAAF, GAO, and ASBCA is unacceptable and will not be tolerated. The courier contractor must be able to independently adjust to daily ch anging workload requirements while meeting all scheduled and unscheduled pick-ups and deliveries. Satisfactory performance will require the contractor to be familiar with the streets, roads and addresses within the National Capital Region. [AU1] A good k nowledge of Washington, DC, and the street configuration is critical for timely afternoon deliveries during rush hour. If a courier does not return documents from our superior appellate court in a timely manner, justice may be denied both the appellant an d the government. The time to file any appeal with the Supreme Court of the United States begins running from the date CAAF decides the case. Unless the contractor picks up and delivers the documents to ACCA at the allotted time, the parties to the litiga tion will be unaware of any decision. The contractor is responsible for transporting the original record of trial. This is the official transcript that is stored for 40-50 years. If that record is lost, replacement is almost impossible and extremely costl y. A.3.4 The success of the Contract Appeals Division mission hinges upon its ability to make timely filings and submissions of litigation documents with the General Accounting Office (GAO), the Armed Services Board of Contract Appeals (ASBCA) and other feder al courts as appropriate. On many occasions, filing deadlines are directed by rules of procedures and/or a Judge presiding over a particular case. Failure to meet the deadline for filing may result in the GAO/ASBCA reprimanding the Contract Appeals Divis ion, refusing to accept the filings, issuing an opinion against the Army, or other negative action. A.3.5 Timely deliveries of documents to the GAO are also particularly important. By its rules of procedure and federal statute, the Contract Appeals Division typically makes multiple filings per case to the GAO that have very short filing deadlines. This frequently requires the delivery of highly sensitive information, typically bound in many notebooks and then boxes. Because of the extremely tight deadlines associated with this intense and fast-paced litigation, same day deliveries to GAO are frequently r equired. Additionally, same day delivery to local counsel/law offices is frequently required. A.3.6 The contractor must utilize a vehicle with courier logo/license on the vehicle for parking in the Department of Defense and Government locations throughout the National Capital Region (NCR). The courier's vehicle must be large enough to transport up to 15 boxes that are up to 26 inches tall inches tall, by 44 inches wide, and weighing up to 50 pounds each. A.3.7 The contractor's courier assigne d must have the ability to obtain a Department of Defense Badge, a Common Access Card (CAC) and a military vehicle decal for military installations (Fort McNair, Fort Belvoir, and Fort Myer). Courier also must have a Top Secret clearance on or before 1 Oc tober 2004 and comply with all applicable security regulations and guidance, including the incorporated DD254. Courier assigned must have COMSEC (Communication Security) account/access within 30 days of start date or not-later-than 1 November 2004. B. Work Requirements B.1 TASK 1 - Provide Scheduled and Unscheduled Pick-up and Deliveries B.1.1 Scheduled Pick-ups and Deliveries The contractor will provide daily scheduled delivery and pick-up courier services for the US Army Legal Services Agency. The Daily Pick-up/Delivery schedule is provided below. Same Day Delivery Required for: USALSA, 901 N. Stuart St., Ste 700. Distribution destined for OTJAG, Rosslyn. AM Schedule (Before 1130 hours): CPO, 1700 N. Moore St., Ste 1125, Rosslyn; Distribution destined for OTJAG/USALSA; OTJAG, 1777 N. Kent St, 10th floor, Rosslyn; Distribution destined for OTJAG in the Pentagon and other offices in the Pentagon; OTJAG, 1777 N. Kent St., 10th Floor, Rosslyn, Distribution for OTJAG from the Pentagon; OTJAG, Room 1E737, Pentagon, POC: Liz Proctor. Any distribution for offices other than OTJAG will be placed in an outgoing distribution box unless the items are marked hand carry. All items marked hand carry will be taken to the appropriate office. Daily Delivery Required for: Finance Office, (3A310) Pentagon; HQDA Security, (lB463) and 1D632 Pentagon; SIDPERS, (lA310) and 1D632, Pentagon; OGC, 3BOGC Pentagon; MPSC, (1C243) Pentagon; OTJAG, (lE737) Pentagon; HQDA Security Taylor Building, Crystal City; Military Personnel Service Ctr, Taylor Building, Crystal City; Other Offices Taylor Building, Crystal City, As needed/required; CPO, 1700 N. Moore St, Suite 1125, Rosslyn. PM Schedule (After 1130) Armed Services Board of Contract Appeals, Recorder's Office Skyline Six5109 Leesburg Pike Falls Church, VA 22041-3208. (703) 681-8508. Daily Pick up from Contract Appeals Division (CAD), USALSA: 2:30 pm. ASBCA closes at 4:30. Return Delivery to CAD NLT COB @ 6:15. Daily trips to CAAF, GAO and ASBCA are a high priority and must be accomplished. Court of Appeals Armed Forces Daily trips to CAAF, GAO and ASBCA is a high priority and must be accomplished. Pick-up from Clerk of Court, USALSA, 901 N. St uart, is at 11:30 hours each day and return from CAAF NLT 2:00 daily. Courier could be delayed at Clerk of Court up to 12:30 if Def Appellate or Government Appellate has documents that must be filed that day. General Accounting Office, Office of the General Counsel, US General Accounting Office, Room 1139, 441 G. Street, NW Washington, DC 20548. Daily trips to CAAF, GAO and ASBCA are a high priority and must be accomplished. Contract Appeals Division (USALSA , 901 N. Stuart) has requirements for GAO almost daily (sometimes several) and submits an email NLT 2:00 daily for special courier service that must be accomplished that day. USALSA, 901 N. Stuart St., Suite 700. Distribution destined for USALSA from all other organizations must be delivered same day The schedule above may be adjusted by mutual agreement. The Army prefers that Daily Pick-up and Deliveries, other than ASBCA, CAAF, and GAO, be accomplished in the morning (before 1200), but they may be accomplished any time during the working day. B.1.1.1 Days for Scheduled Pick-up and Deliveries B.1.1.2 Scheduled deliveries must be made Monday through Friday, excluding Federal Holidays. Any distribution marked hand carry that is not within the seventeen (17) regular stops identified in B.1.1 will be considered an unscheduled delivery. B.1.1.3 Contractor shall incorporate unscheduled pick-ups/deliveries into the normal, scheduled courier route to the maximum extent possible. Couriers must be flexible. B.1 .2 Unscheduled Pick-ups and Deliveries B.1.2.1 The courier contractor will provide un-scheduled delivery and pick-up courier services for the US Army Legal Services Agency to and from various locations in the National Capital Region. This service shall be available Monday through Friday, excl uding Federal Holidays. Unscheduled pick-ups and deliveries are any pick-ups and deliveries that are not included in the daily scheduled pick-ups and deliveries. Any distribution marked hand carry picked-up during the scheduled pick-up and deliveries is considered a non-scheduled pick-up and delivery. B.1.2.2 The cut-off time for unscheduled courier requests may come as late as 3:00 pm. The courier must be able to juggle varying requirements and plan his route to meet all deadlines. Couriers must be very flexible with last minute requirements. B.2 TASK 2 - Provide Internal USALSA Mail Handling B.2.1. The contractor shall provide internal mail handling services. The contractor is responsible for distributing all incoming Priority and Express mail to divisions and locations as soon as possible and signing for all certified mail. Assigned contrac tor personnel shall place return to sender on improperly addressed mail pieces, place them in a separate outgoing bin, and transport them to lobby mailroom on a daily basis. All other incoming mail shall be distributed promptly. B.2.2. The contractor is responsible for metering outgoing mail and operating the National Mail Metering System Equipment, NMMSE C 7713, 7716, 7716, 7722, CPU, and scale in a proficient manner. This includes, but is not limited to the following general op erational tasks: sort outgoing mail according to type, weight, class, and other categories as appropriate; stock and order all postal supplies as needed; ensure maintenance is completed in a timely manner; operate mailroom equipment; and log onto system t o input type of mail class (international, registered, certified, return receipt, media mail, first class priority, express). The contractor shall inspect metered mail pieces for proper postage. To be successful, it is expected that contractor personnel have experience with and be able to utilize mail-metering equipment. B.2.3 The contractor must be able to transport up to 15 boxes (26 inches x 44 inches) weighing up to 50 pounds in one day. All 15 may or may not be ready for transport at the same time. Some boxes may be ready in the morning and some may be ready in the afternoon. B.2.4 Deliveries and pick-ups are important to the USALSA mission. Accordingly, the contractor shall provide adequate personnel to meet work requirements. Back-up couriers, trained in the duties of the USALSA courier may be necessary should the assigned courier be absent. B.2.5 Assigned couriers must be able to hand carry classified documents, must have Top Secret Clearance and must have NCR Courier Card for Classified documents. B.2.6 Courier responsible for mailroom services must be vigilant of suspicious mail and packages at all times. B.2.7 Courier responsible for the mailroom services must report discrepancies and unusual circumstances to designated government personnel as soon as possible, secure mailroom at end of workday, and annotate Activity Physical Security Log. B.3 TASK 3 - Provide Monthly Performance Reports On a monthly basis, concurrent with monthly invoicing, the contractor shall prepare and provide to the designated government personnel a report showing (1) the actual daily times of delivery and pick-ups for the scheduled delivery and pick-up services pro vided for each day of the preceding month and (2) the time, date, and location of unscheduled deliveries and pick-ups provided for each day of the preceding month. B.4. Requirements Summary B.4.1 Deliveries per day Scheduled: 17; Unscheduled: 1-15 average; Box number: Up to 15; Box weight: Up to 50 pounds B.4. 2 Delivery Requirements Timeliness. Same day delivery and pick-up required b y specified times Flexibility. A must; contractor adjusts schedule as necessary to accommodate unscheduled deliveries as late as 3:00 PM, Box Weight. Up to 50 pounds; Box Number Up to 15 B.4.3 Mail Handling Service Metered Mail, 200 to 450 pieces per day of various sizes Mail sorting, 100 to 350 pieces per day of various sizes Delivery, Within USALSA North Stuart Street Location CLIN 0001: Courier Services, as described in SOW for Performance Period from 1 Oct 2004 through 30 Sep 2005; CLIN 0002: Courier Services, as described in SOW for Performance Period from 1 Oct 2005 through 30 Sep 2006; CLIN 0003: Courier Services, as desc ribed in SOW for Performance Period from 1 Oct 2006 through 30 Sep 2007; CLIN 0004: Courier Services, as described in SOW for Performance Period from 1 Oct 2007 through 30 Sep 2008; CLIN 0005: Courier Services, as described in SOW for Performance Period fr om 1 Oct 2008 through 30 Sep 2009. The Offerors shall submit a proposal for the total of 5 years. Failure to do so may result in rejection of your proposal. The following FAR clauses and provisions apply to this requirement: 52.212-1 Instructions to Of ferors - Commercial Items (Jun 1999); 52.212-2 Evaluation - Commercial Items (Jan 1999). 52.212-3 Offeror Representations and Certifications - Commercial Items JUN 2003). A copy of these representations and certifications must be submitted with proposal. 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2002). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2003), with the following checked subparagraphs (b) (2), (5), (12), (14), (25), and (c) (1) and (2). 52.217-5 Evaluation of Options (JUL 1990); 52.217-9 Option to Extend the Terms of the Contract (Mar 2000); 52.232-18 (Apr 1984) Availability of Funds; DFAR 252.232-7003 Electronic Submission of Pay Request (Jan 2004). Th is will be best value procurement, price and other factors considered. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals: (1) Past Performance, (2) Staff qualification and (3) Price. Past performance and Staff qualification are more significant tha n price. Offerors are required to submit past performance information, including points of contact on similar services performed in the last three years. Evaluation Criteria: Adjectival ratings to be used will include: Excellent, Very Good and Acceptabl e. Factor 1. Past Performance: Quality of Service-Extent to which the offeror has demonstrated quality of service on prior and/or recent project similar in size and scope of work described in the SOW, to include offeror's record of performance on previo us government contracts; timeliness of performance-extent to which the offeror has demonstrated timeliness of prior performance; responsiveness-extent to which the offeror has demonstrated flexibility and responsiveness in response to special tasking. Fac tor 2. Staff Qualification: Evaluation of the technical skills, qualifications, and experience of key personnel capable of managing and performing all requirements stated in the SOW. Factor 3 Price: Price is not adjectivally rated. Contractors must be registered in the CCR database at: http:/www.ccr.dlsc.dla.mil/ccrinq/scripts/search.asp. Questions regarding this solicitation should be received 24 Aug 2004. The solicitation will close 07 Sep 2004, 3:30 p.m. EST. All offerors are required to submit an email copy of the Technical proposal and Cost/Price proposal to Phuong.newhart@hqda.army.mil. All offerors are required to submit one original and one copy of the Technical proposal and Cost/Price proposal to Defense Contracting Command-Washington, Attent ion Phuong Newhart.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00645545-W 20040819/040817212557 (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.