Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

H -- Inspection Services

Notice Date
5/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street Suite 203, Arlington, VA, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-06-T-0006
 
Response Due
5/26/2006
 
Point of Contact
Lisa Davis, Contracting Officer, Phone (703) 604-0893, Fax (703) 602-1671, - James Washington Jr, Contract Specialist, Phone 703-604-6566, Fax 703-602-1671,
 
E-Mail Address
Lisa.Davis@dsca.mil, James.Washington@dsca.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. . The Defense Security Cooperation Agency (DSCA) is releasing this combined synopsis/solicitation electronically only. This on-line version of the Request for Quote (RFQ) is the official version for this acquisition. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. In cases of conflict between the electronic (on-line) version of this RFQ and any downloaded version of the RFQ, the on-line RFQ prevails. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS website for industry review. The email address for submission of all questions is lisa.davis@dsca.mil. All questions must be addressed to the Contracting Officer only. Any other official may disqualify the offeror from submission of a quote. Any and all past performance surveys (survey attached) must be submitted to the Contracting Officer by the closing date and time. Any past performance surveys received after this date will not be accepted nor evaluated. NO EXCEPTIONS. Past performance surveys may be faxed to the Contracting Officer ONLY at (703) 602-1671. Solicitation Number HQ0013-06-T-0006 is issued as a request for quote (RFQ) and is 100% set aside for Small Business. The resulting contract will be Firm Fixed Price. Award date is expected to be not later than June 15, 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12. The NAICS code assigned to this project is 541614 and the size standard is $6,500,000. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. The requirement is for the Defense Security Cooperation Agency Humanitarian Assistance, Disaster Relief, & Mine Action (DSCA-HDM), Arlington, VA. The scope of work includes: 2.0 Schedule Work Tasks: Task 1. Knowledge and Comprehension of the Funded Transportation Program Cargo Guidelines. The Funded Transportation Program permits transportation of cargo and DoD non-lethal excess property worldwide for non-governmental/international organizations (NGO/IO). The minimum cargo needed to use the program is one 20-foot shipping container, or 1,100 cubic feet. Cargo is limited only to that which addresses basic humanitarian needs, which includes medical, food, shelter, and clothing. Task 2. Follow and complete the Funded Transportation Program Inspection Checklist. Inspect each shipment at the load site. A shipment is defined as any volume of cargo assigned to any DSCA generated reference number from the DentonFunded website. · Visually estimate the cargo volume, weight and total number of pieces · Visually inspect packaging and its condition. · Place stickers on the inspected boxes and cartons. · Spot inspect package labeling, numbering, and addresses, if any. · Spot inspect the cargo and verify inventory is in accordance with the DSCA approved inventory list of the donor. · Provide an overall recommendation on the cargo’s suitability for transport. · Add any additional comments on the inspection. · Sign the inspection checklist. Task 3. Submit the Funded Transportation Program Inspection Certificate with Photos to DSCA. Ensure a completed and signed Inspection Certificate is submitted to DSCA the day of loading or no later than noon the business day of loading. · Ensure the applicant reads and signs the certificate · Ensure the Inspector signs the certificate. · Submit at least five different photographs of the commodities inspected. Take one picture of the container alone. Task 4. Contact DSCA if cargo is found not to be in compliance with the Funded Transportation Program Guidelines. · Notify DSCA immediately if any unapproved items are found that are not identified in the inventory list as presented. · Provide a detailed description of the problem in the comments section of the Cargo Inspection Checklist. Task 5. Inspect Cargo Simultaneously working throughout the Continental United States · Inspect Cargo at the load site · Inspect the container dropped off and the container picked up during the time that unloading and loading takes place as determined by the load site. DSCA will indicate whether a return visit is necessary in order to visually check the contents of the unsealed container and to witness placement of the seal. 3.0 DELIVERABLES 3.1 Delivery Schedule SOW Days After Task Order Award Task # Deliverable Title Draft Final 1 Monthly Status Report (MSR) (electronic/hard copy) 10th business day of following month 2 Complete and Submit Inspection Checklist After Each Inspection ** No later than 12:00 on the next business day 3 Complete and Submit Inspection Certification After Each Inspection** No later than 12:00 on the next business day 4 Contact DSCA Immediately following the Inspection of Noncompliance cargo* Within contract limits, IAW prioritization established by DSCA *As required**May combine with MSR 3.2 Deliverables. · Verbal or email status reports as required to cognizant COR. · Monthly progress report via email addressing tasks accomplished and any issues regarding processes and functional requirements. Due 15 days after end of each month. · Supplemental monthly financial report via email that includes budgeted amounts, expenditures and current balances. Due 15 days after end of each month. · Hard/electronic copies of any other reports as required. 4.0 Performance 4.1 Place of Performance. All work is to be accomplished at the non-governmental/international organizations’ loading site. Travel to government facilities for requirements, data gathering, meetings, demonstrations and support may be required. The location for submission of all deliverables and products is 201 12th Street, S., Suite 203, Arlington, VA 22202. 4.2 Period of Performance. This contract is for a one-year (12 month) base period and (4) twelve month option periods. 5.0 Travel. 5.1 Travel within Continental U.S. may be necessary and must be approved by the COR before the travel is undertaken. The contract line items are: BASE YEAR: CLIN 0001/FFP – Cargo Inspection Services, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM Arlington, VA. CLIN 0002/Cost – Travel in accordance with the requirements, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM, Arlington, VA. OPTION PERIOD I: CLIN 0003/FFP – Cargo Inspection Services, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM Arlington, VA. CLIN 0004/Cost – Travel in accordance with the requirements, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM, Arlington, VA. OPTION PERIOD II: CLIN 0005/FFP – Cargo Inspection Services, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM Arlington, VA. CLIN 0006/Cost – Travel in accordance with the requirements, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM, Arlington, VA. OPTION PERIOD III: CLIN 0007/FFP – Cargo Inspection Services, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM Arlington, VA. CLIN 0008/Cost – Travel in accordance with the requirements, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM, Arlington, VA. OPTION IV: CLIN 0009/FFP – Cargo Inspection Services, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM Arlington, VA. CLIN 00010/Cost – Travel in accordance with the requirements, Quantity 1. Inspection and acceptance shall be made at destination – DSCA-HDM, Arlington, VA. FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by reference and applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. Fill ins for FAR 52.212-2 are as follows: (a)---1- Technical capability of the service to meet the Government requirement; rating is as follows: Acceptable-meets the Government requirement. Unacceptable-does not meet the Government requirement; 2- Price; 3- Past Performance; rating is as follows: Exceptional-no doubt exists that the offeror will successfully perform the required effort, Very Good-little doubt exists that the offeror will successfully perform the required effort, Satisfactory-some doubt exists that the offeror will successfully perform the required effort, Marginal-substantial doubt exists that the offeror will successfully perform the required effort, Unsatisfactory-extreme doubt exists that the offeror will successfully perform the required effort, Neutral-unable to provide a score. No performance record identifiable (please submit 3 to 5 completed surveys (survey attached)). Technical and Past Performance when combined are approximately equal to price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications – Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.204-7, Central Contractor Registration. The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; and 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is May 26, 2006. All quotes must be received by 3:00 p.m. Eastern Standard Time. The Government reserves the right to award the contract without holding discussions. Offerors shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) in person or by mail to the following address: The Defense Security Cooperation Agency Attn: Lisa Davis 201 12th Street South, Ste 203 Arlington, VA 22202 Commercial: (703) 604-0893 Offerors are reminded to insure your FEDEX or DHL package arrives on time. The DSCA office is open from 7:30-5:00 P.M. Monday through Friday. Any questions concerning this requirement should be addressed to the individual indicated above. PAST PERFORMANCE SURVEY I. Evaluation of Offeror: Company/Division Providing Services: ________________________________________________________________________ Address: ________________________________________________________________________ Description of Services Provided: ________________________________________________________________________________________________________________________________________________ Contract Number: _____________________ Dollar Value (Annual): _______________ Performance Period: ___________________Performance Location: _______________ Type of Contract: Check One: Fixed Price ______Cost Reimbursement ______Other (Please Specify) ______________ Check One: Negotiated _______Sealed Bid ______Competitive ________Non-Competitive _______ Basis of Payment: Commodity ________Labor/Equipment Hours ______Other (specify) _______________ Type & Extent of Subcontracting:___________________________________________________________ II. Evaluated by: Company/Organization/Address: ________________________________________________________________________ ________________________________________________________________________________________________________________________________________________ Name & Title: ________________________________________________________________________ Signature: ________________________________________ Date: ________________ Telephone: _________________________ FAX: ____________________________ III. Evaluation: Please answer questions 1 through 15 using the following criteria. Circle only one response per question. For elements rated "unsatisfactory", please comment on the specific problem(s) or performance failure(s) that prompted this rating. 4 - Exceptional: Performance met and exceeded many of the contractual requirements to the organization's benefit. The contractual performance of the element being evaluated was accomplished with few minor problems for which corrective actions were highly effective. 3 - Very Good: Performance met and exceeded some to the contractual requirements to the organization's benefit. The contractual performance of the element being evaluated was accomplished with some minor problems for which corrective actions were effective. 2 - Satisfactory: Performance met contractual requirements. The contractual performance of the element being evaluated was accomplished with some minor problems for which corrective actions were satisfactory. 1 – Marginal: Performance barely met contractual requirements. The contractual performance of the element being evaluated reflects a serious problem for which corrective actions have not yet been identified, appear only marginally effective or were not fully implemented. 0 – Unsatisfactory: Performance did not meet some contractual requirement and recovery is not likely in a timely manner. The contractual performance of the element being evaluated reflects serious problems for which corrective actions were ineffective. N/A: Not Applicable or not observed. 1. Evaluate the contractor's overall commitment to quality performance and customer satisfaction. 4 3 2 1 0 N/A Comment: 2. Evaluate the contractor's overall technical competence. 4 3 2 1 0 N/A Comment: 3. Evaluate the contractor's cooperation and willingness to work as a team (with your personnel, other contractors, etc.). 4 3 2 1 0 N/A Comment: 4. Evaluate the contractor's compliance with contractual requirements. 4 3 2 1 0 N/A Comment: 5. Evaluate the contractor's responsiveness to contract, program and/or schedule changes. 4 3 2 1 0 N/A Comment: 6. Evaluate the effectiveness of the contractor's overall quality control procedures. 4 3 2 1 0 N/A Comment: 7. Evaluate the effectiveness of the contractor's safety program or efforts. 4 3 2 1 0 N/A Comment: 8. Evaluate the effectiveness of the contractor's cargo loss and damage prevention program or efforts. 4 3 2 1 0 N/A Comment: 9. Evaluate the effectiveness of the contractor's on-site management and supervision. 4 3 2 1 0 N/A Comment: 10. Evaluate the contractor's ability to overcome technical problems, labor issues, and/or other performance difficulties. 4 3 2 1 0 N/A Comment: 11. Evaluate the contractor's ability to plan and conduct operations in the most cost effective manner. 4 3 2 1 0 N/A Comment: 12. Evaluate the contractor's ability to adhere to schedules and complete work on time. 4 3 2 1 0 N/A Comment: 13. Evaluate the quality and stability of the contractor's workforce. 4 3 2 1 0 N/A Comment: 14. Evaluate the availability, adequacy and suitability of the contractor's staffing for the work required. 4 3 2 1 0 N/A Comment: 15. Evaluate the availability, adequacy and suitability of the contractor's gear and equipment for the work required. 4 3 2 1 0 N/A Comment: NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-06-T-0006/listing.html)
 
Place of Performance
Address: Various CONUS Locations
Zip Code: 22202
Country: United States
 
Record
SN01118926-F 20060819/060817230011 (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.