Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
SOLICITATION NOTICE

X -- U.S. Agency for International Development (USAID) Warehouse and Logistics Services Miami, Florida Regional

Notice Date
2/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-TRN-07-010
 
Response Due
3/28/2007
 
Archive Date
4/12/2007
 
Description
USAID Authorized Geographic Code is 000. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6, as supplemented with additional information and requirements in this notice. This announcement constitutes the only solicitation - Proposals are requested and a separate written solicitation will not be issued. The solicitation number is USAID-RFP-TRN-07-010 and is issued as a Request for Proposals (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 05-15. Incorporated by reference are Federal Acquisition Regulations: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.2l2-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items - (Include a completed copy of 52.212-3 with your proposal or provide a statement that, The offeror completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. ; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses in 52.212-5 are checked by the contracting officer: 52.203-3, Gratuities (APR 1984); 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991); 52.203-12, Limitation of Payments to Influence Certain Federal Transactions (June 2003); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following clauses also apply to this acquisition: FAR 245-2 Government Property (MAY 2004); FAR 52.247-5 Familiarization with Conditions; FAR 52.247-8 Estimated Weights or Quantities Not Guaranteed; FAR 52.247-21 Contractor Liability for Personal Injury and/or Property Damage; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); FAR 52.249-8 Default (Fixed Price Supply and Service) plus Alternate I. The above clauses are available on the internet at WWW.ARNET.GOV Copies of the clauses are also available from this contracting office. The Contractor is reminded that U.S. Executive Orders and U.S. law prohibit transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the contractor/recipient to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/sub-awards issued under this contract/agreement. This procurement is unrestricted. The North American Industrial Classification System (NAICS) code is 493110, humanitarian support warehouse, with a small business size standard of $23.5 million in annual receipts for the company and its affiliates (See FAR Part 19 definitions). II. STATEMENT OF WORK: The purpose of this contract is to have the contractor provide (or lease), manage and operate a warehouse for the government. 30,000 square feet (approximately) of flat, covered and secure warehouse space shall be provided as an USAID regional warehouse for humanitarian relief commodities and operations. The term of the contract is for up to 5 calendar years. This warehouse shall be at a location convenient to the Miami International Airport, Miami, Florida (within 45 miles). The contractor shall maximize warehouse storage capacity by utilizing the government-supplied racking system. The facility, managers and handling staff and equipment (including drivers and truck/trailers as required) shall be available for commodity storage, handling and relief operations (including personnel operations using the warehouse space) during regular business hours, with additional access and relief operations available 24 hours a day, seven days a week (as requested by the government) during USAID Office of Foreign Disaster Assistance (OFDA) emergency operations. Warehouse storage and operations shall include storage of vehicles. Vehicles, when at this location, must receive regular caretaker service (i.e. charging of batteries, checking tire pressures, etc.) to ensure the vehicles are ready for service and operations at any time. The warehouse must be configured to be able to utilize the government racking system for at least 80% of 30,000 square feet of space in accordance with the guidelines set by USAID and the Office of Foreign Disaster Assistance. The remaining 20% of the contracted floor space will be used primarily for the storage of bales of blankets, water purification units, vehicles and other relief commodities. Expected commodities include, but are not limited to: Blankets in bales, plastic sheeting in boxes and on skids, hygiene kits in boxes and on skids, plastic jugs in boxes and on skids, medical kits in boxes and on skids, vehicles, water purification systems on trailers. Dimensions and weights of skids vary, with the largest skids about 48 X 42 X 83 inches high, and with a weight of about 1,300 lbs. each. Warehouse Management. Warehouse management and operational services include facility management, inventory control and reporting, loading and unloading conveyances, commodity handling, transportation, or arranging transportation, to or from the Miami International Airport or other regional airports, and Customs clearance on an as needed basis. The contractor shall be responsible for accounting for all OFDA's inventory in the warehouse and provide a monthly inventory report including inbound and outbound actions to the Contracting Officer and OFDA Logistics Officer. The inventory report shall include type of commodity, quantity, quantity received, quantity dispatched and other relevant information. USAID will have a standard reporting schedule the contractor is expected to use. In addition to that report, all property receipts and/or issues during the month will be reported. The monthly report shall also contain a layout of the warehouse facility showing storage areas and indicating which commodities are stored in which areas. Warehouse Operations. Commodities will be delivered to the warehouse on a "door" basis. The warehouse contractor will coordinate with commodity vendors and transport companies the arrival of trailers at their door and unloading or loading the trailers. The contractor shall be responsible for all palletizing/strapping/wrapping (on 48-inch by 42-inch commercial four way wood skids (?pallets?) of all commodities received, as required. Only one type of commodity shall be placed on each pallet, in a uniform format. Commodities may not exceed (overlap) the dimensions of the commercial pallets. Commodities will be palletized at a maximum height of 88 inches (including the height of the pallet). Please note: most commodities will arrive at the warehouse door already palletized, however the warehouse shall have the resources available to palletize commodities. The contractor shall be available 24 hours every day (including weekends and holidays) for management, material handling, personnel and operations, and for disbursement of materials in response to USAID disaster or emergency response. Operations may include handling and loading commodities and transportation to local and regional airports to include performance of Customs Clearances and payment of related (if any) custom?s charges. Any Customs charges and fees will be invoiced or billed to the government at cost. Warehouse facilities shall be managed and equipped with sufficient forklifts, trucks, scales, strapping equipment, and other equipment as is normal and customary in the best commercial warehouse and storage facilities. Facilities will be clean, well-kept, vermin-free, dry, well-lighted, and equipped with firefighting and fire/smoke alarm equipment/capabilities. Management and warehouse facilities shall have telephone, email and fax resources offering immediate communications with the government. As a plus the government would like to accommodate traveling and transitioning personnel at the warehouse during emergency operations. The warehouse facility shall be able to accommodate some transitioning personnel (sleeping, an office area, lavatories - men and women). Warehouse Transportation. The contractor shall be responsible for loading and transporting U.S. government property from the warehouse to the U.S. regional destination designated by the Logistics Officer at all times throughout the year. The contractor shall maintain access to a minimum of two drivers, two tractors and two trailers for use during emergencies. The contractor on this task must have 24/7 ability to obtain a licensed driver to assure delivery of commodities when required. All U.S. government property consigned for shipment from the warehouse facility shall be delivered to the required destination within six hours after notification from OFDA. The contractor, on this task, shall be responsible for export documentation and for providing a bill of lading for each shipment, as necessary or required. Vehicles stored in the warehouse may require local maintenance and the warehouse contractor will arrange suitable transport to and from the local vehicle maintenance facility. Warehouse Markings. The contractor shall post signs on commodity lots indicating the type of commodity, date received, date of production, serial/batch/lot numbers, etc. The contractor shall also employ a First-In, First-Out (FIFO) inventory management re-delivery system. The contractor shall ensure all OFDA disaster relief commodity packaging is marked with USAID emblems; either as printed in ink on the packaging material or with adhesive stickers (bearing the USAID logo emblem) affixed to the packaging. Per the direction of the OFDA logistics manager, the contractor may be directed to affix the USAID emblem or contract information to each commodity package. Emblems shall be provided by OFDA. The contractor shall maintain an accurate floor plan of the warehouse space and shall indicate on the floor plan the type and quantity of each commodity in any given space. This plan shall be submitted with the contractor's monthly inventory report. The contractor shall obtain, have available and present on the exterior of the warehouse a USAID logo banner as instructed by USAID. Warehouse Security. The contractor is responsible for securing all commodities. Premises must be available to U.S. Government officials or our agents or contractors at any time, 24 hours per day, 7 days a week, for personnel operational and coordination purposes, inspection of goods and/or facilities, or the transport of commodities, with one hour notice. Warehouse Inspections. The contractor shall be responsible for verifying the receipt of commodities and, in the event of damage or shortage, notifying the PCO and OFDA Logistics Officers. OFDA shall be responsible for in-bound inspection of materials/equipment to ensure the items meet specifications as well as inspection of out-bound material and equipment inspections to ensure only serviceable items are shipped. The contractor shall also provide notification via e-mail (e-mail address; ofdalogistics@usaid.gov) when in-bound materials are received, passed inspection and are safely stored and when out-bound loads are completed. Contract Term: This contract is expected to commence around May 1, 2007, or as agreed between the parties. The contract shall be effective through April 30, 2009 (Two year term). Up to three one year option periods may be declared by the government 30 days prior to commencement of each option period, or thereafter as agreed by the parties. Contract may be terminated by the government with 30 days written notice to the other party. The government contact person for all contract notifications, regarding this paragraph, is the contracting officer. III. EVALUATION CRITERIA FOR PROPOSALS: The following proposal elements (Price and Technical) will be evaluated by the government to determine the best value to the government. Your proposal shall provide the government with your contract rates and technical capabilities relating to the following: A. Your monthly rate and annual total price for 30,000 square feet storage space and your handling charges: 1. Handling Receipt of commodities - $ per 40 foot trailer * 2, Price for palletization (if necessary) - $ per pallet 3. Handling Redelivery of commodities - $ per 40 foot trailer * 4. Price to deliver to Miami International Airport - $ per 40 foot trailer * * Above prices to be pro rated for standard 20-foot and 48-foot, and high cube trailers / containers. 5. Monthly warehouse lease expense, management / administration - $ Expenses for additional services shall be reimbursed at cost by the government. B. The technical plan of operations, warehouse location and space, key persons and resources. Technical plan of operations - 1) The facility, (if leased, the lease terms) management and operations suitability for the task; condition, location, resources and throughput capability of proposed warehouse. Throughput and handling capability to un-stuff and stuff trailers / containers. Information and inventory reporting systems, information personnel, reporting capabilities. 2) Qualifications of key direct hire or agent personnel - For example - project manager, warehouse supervisor and ability to provide 24 hour access. 3) Basic plan of operations and condition of equipment including local infrastructure to be applied in the performance of the contract. Distance between airport (MIA) and warehouse - NTE 45 miles. Subcontract plan (if appropriate). Labor, truck/trailer driver relations, and availability information. 4) Past performance of the prime and sub-contractor, warehouse and key personnel in handling, protection and storage of commodities. Proposals shall include sufficient information and documentation (including addresses, map location and relation to airport facilities, warehouse photographs and copies of significant local licenses and insurance certificates) to indicate your compliance with the above evaluation factors and capability to fulfill this contract. Evaluation: Item A (prices) and B (technical) are important elements in the evaluation process as the government seeks best value. The technical evaluation will count as 60% of the overall evaluation and price evaluation will be 40% of the overall evaluation. IV. PROPOSAL: Potential contractors shall submit a proposal to the government that provides information relating to and covering the above factors. The number of pages for each proposal shall not exceed 25 pages, including all text, photos and supporting documents. V. OPEN-HOUSE: Potential contractors will be given the opportunity to visit the current warehouse facility at your own time, risk and expense. An Open-House will be scheduled for Monday, March 12, 2007, 1- 4 p.m. at the current USAID/OFDA Warehouse, 7956 NW 14th Street, Doral, Florida 33126. POC is Richard Puyans, 305-592-0303, for attendance at the Open-House. The warehouse will not be available any other time for inspection. VI. DATE, TIME AND PLACE FOR RECEIPT OF OFFERS: Submit clean (all-inclusive) written proposal(s) (THREE copies) for the above requirement to USAID by March 28, 2007 by 1600 hours (Washington, D.C. local time). Courier and hand-delivery of proposals to Mr. Gerald Folsom or his designee at the USAID Lobby, 14th Street Entrance, Ronald Reagan Building, 1300 Pennsylvania Avenue, N.W. Washington D.C. address is acceptable. Attn: Gerald Folsom. Mail proposals (in time to assure receipt by the closing time for proposals) to Mr. Folsom, M/OAA/TC, USAID, Room 7.09-025, 1300 Pennsylvania Avenue, N.W., Washington, D.C. 20523-7900. Late proposals will not be considered except in accordance with FAR and agency provisions. After your proposal is submitted, and during our review of proposals, you may call (202) 712-1525 to determine the status of the procurement. The government expects to make an award during May 2007.
 
Place of Performance
Address: Miami International Airport Area, , Miami, Florida
Zip Code: 33101
Country: UNITED STATES
 
Record
SN01240357-W 20070302/070228220104 (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.