Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2006 FBO #1770
SOLICITATION NOTICE

R -- Armored Car Services

Notice Date
9/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-06-T-0052
 
Response Due
10/11/2006
 
Description
A) This is a combined synopsis and solicitation for commercial items (services) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05- 06 -T-0052 and is issued as a Request for Quotation (RFQ). It is anticipated that multiple purchase orders may result from this Request for Quotation. Offerors may provide quotes on one or more of the locations listed. Quotes MUST be provided for the base year and all option years for each location of interest to the offeror. C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-12, DFARS Change Notice 20060908, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 7381. The North American Industry Classification systems (NAICS) code is 561613. The Size standard is $11.5 mil. E) Contract Line Item Numbers (CLINS). Offerors: Provide your quote for Armored Car Services in the following format: Location(s) MAYPORT COMMISSARY, FL, 2294 Mayport Rd, Atlantic Bch, FL 32233 December 1, 2006 thru November 30, 2007** 0001AA ?Price per Month $____ x 12 months = $________ 0001AB ?Additional Fee for Pickups $____ x 5 (est.) per year = $________ December 1, 2007 thru November 30, 2008 1001AA ?Price per Month $____ x 12 months = $________ 1001AB ?Additional Fee for Pickups $____ x 5 (est.) per year = $________ December 1, 2008 thru November 30, 2009 2001AA ?Price per Month $____ 12 months = $________ 20001AB ?Additional Fee for Pickups $____ x 5 (est.) per year = $________ December 1, 2009 thru November 30, 2010 3001AA ?Price per Month $____ x 12 months = $________ 3001AB ?Additional Fee for Pickups $____ x 5 (est.) per year = $________ December 1, 2010 thru November 30, 2011 4001AA ?Price per Month $____ x 12 months = $________ 4001AB ?Additional Fee for Pickups $____ x 5 (est.) per year = $________ . Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotes from offerors shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS; TELEPHONE & FAX NUMBERS, E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE #; FAX # of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotations must be SIGNED. Quotation shall include a STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF OFFERS: The quotation shall state the agreement to hold the prices contained therein firm for 120 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE OFFERS: Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt WILL NOT be considered. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the LOWEST PRICED QUOTE which meets the requirement specified herein. All responsible sources may submit an offer which shall be considered. West Point Commissary is set aside for small business. J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)(as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alternate III; FAR 52.204-7 Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-36 Payment by Third Party; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile offers WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (JUL 2003) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately-owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State(s) of SPECIFIC TO LOCATION (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.222-4503 CONSOLIDATED WAGE DETERMINATION (SEP 1997) WAGE DETERMINATIONS CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT WAGE RATES NOTE: Wage Determination information pertains to FAR Clause 52.222-41, Entitled Service Contract Act of 1965, As amended which is incorporated by reference under Far Clause 52.212-5, entitled Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commerical Items (Aug 1996) Guidance for use of the information is provided by Clause 52.0022-4507, entitled Consolidated Wage Determination (Sep 1997) Complete wage determination in hard copy may be obtained by written or verbal request from the office named in block 9, SF 1449 LOCATION STATE COUNTY WAGE DETERMINATION NUMBER WD REV NUMBER WD DATE 27102 SECURITY GUARD II 01050 DISPATCHER HEALTH AND WELFARE RATE (HOURLY) MAYPORT NS FL DUVAL 05-2115 1 01-Sep-06 $12.67 $16.16 $3.01 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) LOCATION STATE COUNTY EQUIVALENT NUMBER AC****R EQ ISSUE DATE 27102 SECURITY GUARD II 5-2 01050 DISPATCHER 5-2 MAYPORT NS FL DUVAL 0030 14-Mar-06 $13.93 $13.93 STATEMENT OF WORK -ARMORED CAR SERVICES 1. SCOPE OF WORK: The contractor shall provide all personnel, supervision, transportation (armored car vehicles), and labor (armed professional guards) and other items and services necessary to perform the driving, pick-up and delivery of cash and other monetary documents (i.e. checks, change orders etc.) from the location(s) specified. The contractor shall perform to the standards and specifications in this contract. 2. SCHEDULE OF SERVICES: a. STATEMENT OF WORK COMMISSARY LOCATION AND PICK-UP SCHEDULE PICK ? UP SCHEDULE BANK DELIVERY ADDRESS CHANGE FUND AMOUNT (ESTIMATE) DEPOSIT AMOUNT (ESTIMATE) Commissary Addresss: Mayport Commissary 2294 Mayport Road Atlantic Beach, FL 32233 Tuesday-Saturday 10:00 AM ? 2:00 PM Bank of America 10401 Deerwood Park Blvd Jacksonville, FL 32233 Tues $9,000 Thur $6,000 Saturday $9,000 *$65,000.00 - $125,000.00 Daily The commissaries are open on the following holidays and the contractor shall provide service, if required. Martin Luther King, Jr's Birthday Labor Day George Washington's Birthday Columbus Day Memorial Day Veterans Day Independence Day 3. CHANGE ORDERS: Commissary personnel will call Change Orders into the bank as early as possible. The armored car contractor shall pick-up the Change Order when the deposits are taken to the bank. The armored car contractor will deliver the Change Order back to the commissary on the next scheduled pick-up day as specified in the Schedule of Services listed in item #2 above. If the bank is not open on that day, then the next day the bank is open. 4. DEPOSITS: The contractor is required to pick-up/deliver the deposit to the financial institution designated in the schedule of services listed in item #2 above and in accordance with item #3 above. 5. TIME SCHEDULE: The Store Director or his designated representative may request that the contractor provide service during other than normal duty hours (to include weekends and holidays) based on an assessment of the situation and its impact on the commissary operation. If the contractor arrives at the commissary earlier than designated in the schedule of services for pick-up and the commissary personnel are not ready, the contractor's representative shall wait until the scheduled hours of pick-up. The contractor shall be paid the appropriate "cost per run" amount, as set forth in the line items indicating "Additional Fee for Pick-ups" of this contract: if the contractor is required to provide service other than stated in the Pick-up schedule identified in paragraph 2 above or if the contractor must return to the commissary due to the fault of commissary personnel not being ready for the scheduled pick-up. 6. RECEIPTS: The armored car guard(s) shall report to the Store Director or designated representative(s) who shall sign, date, and obtain a copy of the Contractor's properly completed standard pick-up receipt. The contractor agrees to give a receipt for every deposit received and made for the designated commissary at the time of pick-up. Such receipt, when signed by the contractor shall constitute evidence that the distinctively and securely sealed container(s) has been received, and that the contractor accepts, as stated, carriage of the distinctively and securely sealed container(s). Any and all liabilities which arise or may arise under this agreement begins with the proper delivery of the distinctively and securely sealed container(s) to the contract carrier and terminate with the delivery of the distinctively and securely sealed container(s) by the contractor to the designated consignee (financial institution) named in this agreement and the receipt given to the contract carrier by the consignee. 7. PERSONNEL: The contractor shall provide personnel who possess the skills, knowledge, and training to satisfactorily perform the services required by this contract. The contractor has the sole responsibility of training, providing uniforms, equipping, supervising and discharging of all employees. 8. SECURITY: The contractor shall be responsible for obtaining installation passes and inspections for armored vehicles and armed personnel. The contractor shall submit a list of designated individuals or ensure contractor employees are wearing security badges for individuals who will be responsible for the pick-up/delivery of monies to the Store Director or designated representative. Contractor employees shall observe and adhere to all applicable federal, state and municipal laws, codes and regulations in connection with the performance of this contract. All employees shall be subject to a security clearance by the appropriate base security activity. An armored car vehicle shall be used for transporting monetary documents. The contractor shall transport necessary documentation indicating amounts transported and any return deposit documents. 9. TRAINING: The contractor shall ensure that all employees are qualified to use the type of weapon issued by the firm in accordance with state and local regulations. The contractor is also responsible for weapon re-qualification. A copy of the individual qualification/re-qualification shall be made available to the Store Director or designated representative upon request. All cost associated with this training shall be borne by the contractor. 10. INSURANCE REQUIREMENTS: Contractor shall maintain the minimum state required insurance of properties on board of any one conveyance covered under this contract and shall furnish a certificate thereof to the Contracting Officer. Contractor shall ensure that the contract number is annotated on the insurance forms. 11. INVOICES: Contractor shall submit invoices to the address in Block 18a of the Standard Form (SF) 1449, contract award document. One additional copy of the invoice shall be forwarded to the commissary and one additional copy shall be forwarded to the Contracting Office. *NOTE from Paragraph 2: DeCA does not retain information reflected in the checks transported by Armored Car. The estimate provided is the cap on the amount the contractor is responsible for. 10/12/05 P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are numbered notes applicable to this solicitation: R) Offers will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / CICDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time ON October 11, 2006. S) The point of contact for this solicitation is Barbara VanDoren, 804-734-8434, Melissa A. Rios, Contracting Officer, 804-734-8680.
 
Place of Performance
Address: DeCA'S Commissary located at Mayport NS in Florida
Zip Code: 32233
Country: UNITED STATES
 
Record
SN01158422-W 20061001/060929221328 (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.