Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
MODIFICATION

X -- Warehouse Storage

Notice Date
8/9/2006
 
Notice Type
Modification
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
VLC6MRQ0012A
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
Point of Contact
Tracy Miller, Contract Specialist, Phone 202353-3772, Fax 202-514-3353,
 
E-Mail Address
tracy.c.miller@dhs.gov
 
Description
Questions submitted: 1. As published on the web at Fed Bus Ops, there are two (2) documents, 1. the Combined Solicitation and 2. Amendment to Combined Synopsis/Solicitation. A review of these documents indicates that they are identical. What is the purpose of the amendment? The first amendment was submitted to show the change in the date and time for question deadlines and the change in time and date for the closing of the announcement. 2. CLIN 1001, 2001 and 3001 indicate "(OPTION)". We assume that you are referring to option years 1, 2 and 3, although that is not indicated in the item (CLIN). The Option year was indicated under each CLIN. 3. Paragraph (vi) indicates a requirement for pick up and delivery on an as needed basis, i.e. indefinite delivery, indefinite quantity, however, a CLIN is not provided for these services. As this solicitation does not specify a specific number of pickups and deliveries per month, a CLIN should be provided for these services, as they cannot be included in the CLINs for the storage space. Although this number is on a solid number, over the last year the average 4 to 6 times per month. (see amendment two for the adding of this CLIN) 4. Likewise, since warehouse handling of the items into and out of the warehouse will be required, a CLIN should be provided for warehouse handling. Please refer to amendment two for the adding of this CLIN 5. The last sentence of paragraph (vi) states, "Palletized storage is not acceptable.", (emphasis added). Since palletized storage, the placing of the wrapped stored items into a closed container, provides much superior protection than does just sitting the items out on a concrete floor, we do not understand this prohibition. The palletization of household goods (furniture) and office furniture is a standard within the industry. Please explain why this is not acceptable. The equipment is not your standard office desks and chairs, but rather different pieces that create a workstation. If items are palletized and a certain piece is needed, items would have to be unwrapped and unpellatized quite often. Each separate project requires any one of several hundred pieces to be put together to make a workspace. Storage on shelving is more feasible due to accessibility to equipment. 6. A review of the solicitation does not reveal a stated liability of the warehouseman. Do you intent to carry your own liability coverage for loss or damage or do you want coverage at one of the warehouseman's available coverage’s? The warehouseman can provide coverage at 60˘ per pound per article, $1.25 per pound per article, full value-depreciated or full replacement value. What is the warehouseman's liability? The liability will be provided by the vendor. The warehouse's liability will equal the cost of the equipment/furniture that is being stored. This determination is calculated by the Inventory System that will be in place for this equipment/storage. k. Delivery shall be made between 24 – hours up to one week of notification. No holiday or weekend service is required. Hours of operation shall be 7am to 5pm Monday through Friday. Palletized storage is not acceptable. (vii) The term of the contract will be one year from the date of award with an option to extend an additional three one-year periods. Place of performance: within a 5-mile radius of 188 Harvest Lane Williston, VT 05495. FOB Destination (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) Award will be based on technically compliant low price. (x) ONLINE REPRESENTATION AND CERTIFICATION APPLICATION (ORCA) The Federal Acquisition Regulation was recently amended to require offerors complete Representations and Certifications through ORCA at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the due date. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-6 Restrictions on Subcontractor Sales to the Government – Alt. I (Oct 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (Dec 2001), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (Feb 2006); 52.217-5 Evaluation of Options (Jul 1990), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.222-3 Convict Labor (Jun 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (Oct 2003) (xiv) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xv) The following notes apply to this announcement: None (xvi) Offers are due no later than August 10, 2006 – Noon EDT at the Department of Homeland Security, Immigration & Customs Enforcement, Office of HQ Procurement, 425 I Street, NW, Room 2208, Washington, DC 20536. Questions must be submitted in writing via email to Tracy Miller no later than August 8, 2006 3:00 pm EDT. No Solicitation document is available. Offerors may fax their offer to (202) 514-3353. Offerors must call (202) 359-3772 to confirm receipt of fax. (xvii) For more information regarding this solicitation please contact Tracy C. Miller, Contract Specialist (Tracy.c.miller@dhs.gov) at (202) 353-3772 or Tanya M. Hill, Contract Specialist, at (202) 305-9229. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/INS/COW/VLC6MRQ0012A/listing.html)
 
Place of Performance
Address: 188 Harvest Lane Williston, VT
Zip Code: 05495
Country: UNITED STATES
 
Record
SN01111112-F 20060811/060809224516 (fbodaily.com)
 
Source
FedBizOpps 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.