Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

S -- ARMORED CAR SERVICES

Notice Date
3/6/2007
 
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
HDEC05-07-T-0006
 
Response Due
3/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation No.: HDEC05-07-T-0006 Response Date: March 21, 2007 POC: Luz G. Rayel Fax: 804-734-8669 Phone: 804-734-8660 Places of Performance: Camp Lejeune and New River, NC; Laughlin AFB, TX; and Offutt AFB, NE Small Business Set-Aside Classification Code: S FSC Code: S206 NAICS Code: 561613 SIC Code: 7381 Size Standard: $11.5 million Description: Armored Car Service 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- 07 -T-0006 and is issued as a Request for Quotation (RFQ). It is anticipated that multiple awards 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) 2005-14, DFARS Change Notice 20070122, 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) SEE STORE LISTING AT STATEMENT OF WORK (SOW) May 1, 2007 thru April 30, 2008 0001AA ?Price per Month? $____ x 12 months = $________ 0001AB ?Additional Fee for Pickups? $____ x 5 (est.) per year = $________ May 1, 2008 thru April 30, 2009 1001AA ?Price per Month? $____ x 12 months = $________ 1001AB ?Additional Fee for Pickups ? $____ x 5 (est.) per year = $________ May 1, 2009 thru April 30, 20010 2001AA ?Price per Month? $____ 12 months = $________ 20001AB ?Additional Fee for Pickups ? $____ x 5 (est.) per year = $________ May 1, 2010 thru April 30, 2011 3001AA ?Price per Month? $____ x 12 months = $________ 3001AB ?Additional Fee for Pickups? $____ x 5 (est.) per year = $________ May 1, 2011 thru April 30, 2012 4001AA ?Price per Month? $____ x 12 months = $________ 4001AB ?Additional Fee for Pickups? $____ x 5 (est.) per year = $________ F) DESCRIPTION OF REQUIREMENTS: The services to be provided shall be for armored car services at 4 commissary locations indicated below in accordance with the Statement of Work. The period of performance will be a base year (starting on or about May 1, 2007) and four one-year options. G) 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); and ANY DISCOUNT TERMS. Quotation shall also contain all other documentation specified herein. PAST PERFORMANCE REFERENCES: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years (Provide the company name, point of contact, phone number and fax number). The contractor is advised that the Government will contact the references provided; therefore, the references should be knowledgeable of the offeror?s performance on that contract. Quotation shall include a SIGNED 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) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Past Performance I. Price: 1. Price will be evaluated by adding the total price for all Base Years Line Items to the total price for all options. II. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: 1. Customer Satisfaction/Quality of Service 2. Timeliness of Performance 3. Business Relations The relative importance of the factors is: Price/price related factors are slightly more important than past performance. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) RESERVED J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Nov 2006)(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 Clauses 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following addendum: The following information is provided: I. CHANGES: Unilateral Modifications. The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data or addition of funds. Bilateral Modifications. Services may be added to or deleted from this contract at the option of the Government. Any change in service must be added to this contract prior to service being performed and will be accomplished by bilateral modification. II. PAYMENT INFORMATION: [(Reference Paragraph (i)] a. The preferred method of payment for awards as a result of this Request for Quotation is the Government VISA credit card. Quoter must indicate if they accept credit card payments by completing the following: Contractor point of contact for credit card payment: NAME: __________________________________ TELEPHONE: ____________________________ FAX: ____________________________________ b. Payments will be made no more than once per month. The contractor must submit invoices to the paying office shown in block 18a of the SF 1449. If contractor accepts credit card payment, and upon receipt of the contractor?s invoice and signed receiving reports from the commissary, an authorized government credit card user will provide a Credit Card Payment Authorization Form (by FAX) to the point of contact named above. The contractor is permitted to charge ONLY the amount authorized on the Credit Card Payment Authorization. The contractor is not permitted, under any circumstances, to charge any amount other than the amount authorized on the Credit Card Payment Authorization. No advance or automatic payments are authorized. L) RESERVED 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: FAR 52.203-3 Gratuities; FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government W/Alt 1; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.219-7 Notice of Partial Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple year and Option Contracts); FAR 52.223-10 Waste Reduction Program; FAR 52.223-5 Pollution Prevention and Right-to-Know; FAR 52.228-5 Insurance-Work on A Government Installation; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-17 Interest; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-3; Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-13, Bankruptcy; DFARS 252.204-7006 Billing Instructions; DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.209-7004 Subcontracting w/Firms that are owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 ALT II, Transportation of Supplies by Sea-Alternate II N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). FAR 52.215-5 FACSIMILE PROPOSALS - 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. ALL PROVISIONS ENDING WITH THE 4500 SERIES BELOW MUST BE REVIEWED AT: http://www.commissaries.com/contract_division_solicitation.cfm. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS ?DEC 2001?; 52.228-4500 LIABILITY TO THIRD PERSONS ?APR 1997?; 52.228-4501 VEHICLE OPERATION AND INSURANCE ?DEC 2001?; 52.228-4502 OTHER INSURANCE REQUIREMENTS ?OCT 1995?; 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS ?APR 2004?; ADDITIONAL PROVISIONS REFERENCED IN THIS PARAGRAPH MUST BE READ IN FULL TEXT AT www.farsite.hill.af.mil DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items; DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); FAR 52,222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.233-2 Service of Protest 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Labor Category: Grade: Rate: Dispatcher, Motor Vehicle GS5-2 $14.29 Guard II GS5-2 $14.29 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, paragraph (c)(1). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. If you are unable to obtain a copy of the Wage Determination(s) at www.wdol.gov, please contact the Contract Specialist listed below. Wage Determination Number(s) (State, County): 05-2393 Rev 02 (NC, Onslow) 05-2521 Rev 02 (TX, Val Verde) 05-2325 Rev 02 (NE, Sarpy) Labor Category(s): Dispatcher, Motor Vehicle and Guard II 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 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. STATEMENT OF WORK -ARMORED CAR SERVICES Statement of Work is found at http://www.commissaries.com/contract_division_solicitation.cfm And will include the below schedule of services: COMMISSARY NAME AND ADDRESS: Camp Lejeune MCB Commissary, 1230 Holcomb Blvd, Camp Lejeune, NC 28547 PICK-UP SCHEDULE OF DAYS AND TIMES: Tues - Fri 9:45 AM-10:30 AM, Additional Pickup Fri 3:00 PM-3:30 PM BANK AND DELIVERY ADDRESS: First Citizens Bank, Holcomb Blvd, Camp Lejeune, NC 28547 CHANGE FUND ESTIMATE: $22,000 DEPOSIT AMOUNT ESTIMATE: $40,000 - $75,000 COMMISSARY NAME AND ADDRESS: New River MCAS Commissary, 4055 Curtis Rd, Jacksonville, NC 28545 PICK-UP SCHEDULE OF DAYS AND TIMES: Mon - Fri 11:30 AM-12:00 noon BANK AND DELIVERY ADDRESS: Bank of America, 2590 Onslow Dr, Jacksonville, NC 28540 CHANGE FUND ESTIMATE: $10,000 DEPOSIT AMOUNT ESTIMATE: $60,000 COMMISSARY NAME AND ADDRESS: Laughlin AFB Commissary, 574 5th St, Bldg 352, Laughlin AFB, TX 78843 PICK-UP SCHEDULE OF DAYS AND TIMES: Tues - Sat 9:30 AM-11:30 AM BANK AND DELIVERY ADDRESS: Del Rio National Bank, Liberty Dr, Bldg 540, Laughlin AFB, TX CHANGE FUND ESTIMATE: $700 - $1,000 DEPOSIT AMOUNT ESTIMATE: $3,000 - $5,000 COMMISSARY NAME AND ADDRESS: Offutt AFB Commissary, 101 Meyer Ave, Bldg 107, Offutt AFB, NE 68113 PICK-UP SCHEDULE OF DAYS AND TIMES: Tues - Sat 8:00 AM-9:30 AM BANK AND DELIVERY ADDRESS: Great Western Bank BX Branch, Offutt AFB, NE 68113 CHANGE FUND ESTIMATE: $20,000 DEPOSIT AMOUNT ESTIMATE: $100,000 - $200,000 O) Not applicable. 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 / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time ON MARCH 21, 2007. S) The point of contact for this solicitation is Luz G. Rayel, 804-734-8660, Melissa A. Rios, Contracting Officer, 804-734-8680.
 
Place of Performance
Address: Camp Lejeune, New River NC, Laughlin AFB, TX, Offutt AFB, NE,
Zip Code: 28547
Country: UNITED STATES
 
Record
SN01245052-W 20070308/070306221639 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.