Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2006 FBO #1851
SOLICITATION NOTICE

99 -- Packing, Containerization and Local Drayage for JPPSO Southeast Colorado and Southwest Kansas

Notice Date
11/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200, UNITED STATES
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-07-A-6000
 
Response Due
11/28/2006
 
Point of Contact
Addie Alexander, Contracting Officer, Phone (719) 556-7506, Fax (719) 556-4538, - Vill Villanueva, Contract Specialist, Phone 719-556-9381, Fax 719-556-4538,
 
E-Mail Address
Addie.Alexander@peterson.af.mil, vill.villanueva@peterson.af.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 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. This solicitation, FA2517-07-A-6000, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 488991, Packing and Crating, and the size standard is $23.5 million. The following commercial item is requested in this solicitation. This Blanket Purchase Agreement (BPA) will be established for a requirement of contract services for packing, containerization, and local drayage services in Southeastern Colorado and Southwestern Kansas. The Statement of Work and Pricing Sheet are attached under the referenced solicitation number. Interested contractors shall submit the completed pricing sheet with their quote. Please include pricing for one year beginning 1 January 2007 to 31 December 2007. Effective Period: The effective period of this agreement is 1 January 2007 through 31 December 2007, unless sooner terminated in writing by the contracting Officer or the Contractor. Any termination will require a minimum of thirty (30) days written notice to either parties addressed herein. Under the Service Contract Act of 1965, as Amended, applicable Wage Determinations are attached to the referenced solicitation via FedBizOps. Extent of Obligation: The Government is obligated only to the extent of the calls actually placed against this BPA by authorized personnel. Calls against Blanket Purchase Agreement: Requests will generally be made orally, except that information correspondence may be used when more convenient. The packing, containerization, and local drayage services are managed by Surface Deployment and Distribution Command (SDDC) for the Department of Defense (DoD) and are regulated by the Department of Transportation (DTR), Part IV. The DTR is a mandatory regulation for DoD agencies to maintain the integrity of the DoD transportation system. The following provisions and clauses apply to this acquisition and are listed by reference only. Provisions and clauses may be viewed in full text at: http://farsite.hill.af.mil FAR Provisions: FAR 52.212-1, Instructions to Offerors?Commercial Items. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items: The offeror must complete Online Reps and Certs at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52-232-36, Payment by Third Party FAR Clauses: FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. DFARS Clauses DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders DFARS 252.225- 7001, Buy American Act and Balance of Payment Program and ( DFARS 252.247-7019, Drayage AFFARS Clause 5352.201-9101, Ombudsman. The following provisions and clauses apply to this acquisition and are listed by full text. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Sep 2006)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (4) [Reserved] _X_ (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (8) (i) 52.219-9, Small Business Subcontracting Plan (Sep 2006)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). ___ (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). ___ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). ___ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (22) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (23) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). _X_ (24) (i) 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Jun 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-53). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (25) 52.225-5, Trade Agreements (Jun 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (27) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). ___ (28) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). ___ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (30) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (32) 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (33) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (35) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52-247-23 Contractor Liability for Loss of and/or Damage to Household Goods (Jan 1991) (a) Except when loss and/or damage arise out of causes beyond the control and without the fault or negligence of the Contractor, the Contractor shall be liable to the owner for the loss of and/or damage to any article while being -- (1) Packed, picked up, loaded, transported, delivered, unloaded, or unpacked; (2) Stored in transit; or (3) Serviced (appliances, etc.) by a third person hired by the Contractor to perform the servicing. (b) The Contractor shall be liable for loss and/or damage discovered by the owner if written notice of such loss and/or damage is dispatched to the Contractor not later than 75 days following the date of delivery. (c) The Contractor shall indemnify the owner of the goods at a rate of ___ cents per pound per article. (End of Clause) DFARS 252.247-7014 Demurrage (Dec 1991) The Contractor shall be liable for all demurrage, detention, or other charges as a result of its failure to load or unload trucks, freight cars, freight terminals, vessel piers, or warehouses within the free time allowed under applicable rules and tariffs. (End of clause) DFRAS 252.247-7017 Erroneous Shipments (Dec 1991) (a) The Contractor shall? (1) Forward to the rightful owner, articles of personal property inadvertently packed with goods of other than the rightful owner. (2) Ensure that all shipments are stenciled correctly. When a shipment is sent to an incorrect address due to incorrect stenciling by the Contractor, the Contractor shall forward it to its rightful owner. (3) Deliver to the designated air or surface terminal all pieces of a shipment, in one lot, at the same time. The Contractor shall forward to the owner any pieces of one lot not included in delivery, and remaining at its facility after departure of the original shipment. (b) Forwarding under paragraph (a) shall be? (1) With the least possible delay; (2) By a mode of transportation selected by the Contracting Officer; and (3) At the Contractor's expense. (End of clause) Basis for Award: Offerors must be registered in the Central Contractor Registration database at http://www.ccr.gov to be considered for award. Furthermore, Offerors will provide proof of Regional Storage Management Office certification (RSMO) to be considered for award. A best value decision will be made IAW with FAR clause 52.212-2 ? Evaluation ?Commercial Items. Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this combined synopsis, solicitation to the responsible offeror whose offer, conforming to the solicitation, is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quotes will be evaluated for price, and the responsible offeror with the lowest total price will be determined the best value to the Government and will be awarded the resultant Blanket Purchase Agreement. Further Instruction: Provide your DUNS, Cage Code, tax ID, terms and conditions with quote. Registrations in Wide Area Workflow (WAWF) at https://wawf.eb.mil/, Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) are required and will be verified prior to consideration of award. All quotes must be sent to Addie Alexander at : Fax 719-556-4538 or e-mail addie.alexander@peterson.af.mil. Quotes are required to be received no later than 2:00 PM MST, Monday, 28 Nov 2006. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-NOV-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-DEC-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/USAF/AFSC/21CONSb984/FA2517-07-A-6000/listing.html)
 
Place of Performance
Address: SOUTHEAST COLORADO AND SOUTHWEST KANSAS
Zip Code: 81050
Country: UNITED STATES
 
Record
SN01199987-F 20061221/061220101357 (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.