Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

V -- Courier Services for daily deliveries between OPM Boyers PA, and OPM Washington DC

Notice Date
5/16/2007
 
Notice Type
Modification
 
NAICS
492210 — Local Messengers and Local Delivery
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SOL070000062
 
Response Due
5/29/2007
 
Description
New Courier Service Questions 1. Q. Time Table 1: CLIN 0001, 1001, and 2001 Daily Service: To reduce the number of trips (assuming the transported material will only be worked on during the normal business day) instead of delivery back to Ft. Meade at 6:00 PM is it acceptable to deliver the material in the morning prior to picking up that day?s material by securely storing the van overnight? A. No 2. Item #4 Product Description, paragraph #3: ?OPM may seek an equable adjustment for reduction in material.? What formula will be used to determine this adjustment? A concern is that we would be committed to providing a specific type of vehicle based on current volumes and if these volumes are significantly reduced our vehicle and associated costs will remain the same. A. At this point, OPM cannot predict the changes in technology that may cause volume reduction. 3. Q. Item #5 Security of OPM Documents, Correspondence and Material: If one cleared driver must be in the vehicle at all times while transporting material, does this mean that a minimum of two drivers are required for each trip to accommodate lunch and personal relief stops? Alternatively, is there an acceptable distance of the vehicle within which the driver must remain while not physically in the vehicle? A. Two drivers would be an option but OPM would consider any proposal in which the material would be secured/safeguarded with only one driver. B. Please reference question # 12 for distance acceptability. 4. Q. Amendment 1: Is there an error in language that requests questions be submitted by 1:00 PM on Monday, May 14, yet the following paragraph states that requests for copies of the pricing and timetables should be submitted no later than than May 17th? A. NO, Questions were due Monday May 14, 2007 by 1 PM and the May 17, 2007 by 11 AM date for the Attachments that would allow for a sufficient time for offerors to produce adequate proposals. 5. Q. Item #15 Background Investigations: Due to the lengthy process of an OPM security investigation, what provisions are available to obtain a temporary security clearance for non-cleared drivers? A. Interim access - The Government reserves the right to grant interim access to allow the Contractor to begin work on this contract. Access may be granted only after the following conditions have been met: To be eligible for interim access the applicant must receive a favorable adjudication of the SF 86, SII, FBI fingerprint and the credit report. If the OPM Adjudications Officer receives information that could result in an unfavorable evaluation at any time during the investigation, the Contracting Officer or designated representative may retract the temporary exception and withdraw access pending resolution of the issue. OPM will attempt to process the access requests in a timely manner, but cannot guarantee the timeliness of the process. The awarded contractor will be required to obtain the needed facility access at each location under this contract. 6. Q. Item #18: What is the format for the monthly reports? A. Monthly reports will be submitted in word document format that can be easily readable, that includes required information from solicitation. 7. Q. If possible, please identify the facility that is located within 2 miles of Ft. Meade that may require courier service at a future date. A. OPM is unable to identify the facility at this time. OPM would negotiate a new CLIN, if and when, it is determined the additional route will be needed. OPM?s customer has requested this additional route; however, OPM has not agreed to provide this service at this time. 8. Q. Is this RFP a small business set aside? A. NO, this is a Full and Open Competition. 9. Q. The solicitation states, ?ABSOLUTELY AT NO TIME AND UNDER NO CIRCUMSTANCES WILL THE CONTRACTOR LEAVE OPM MATERIAL UNATTENDED WHILE IN THEIR POSSESSION. At all times there must be at least one OPM cleared driver or OPM cleared passenger in the courier vehicle(s) if stops occur between OPM facilities?. To support this requirement, please clarify that FISD is requiring 1 vehicle and 2 cleared drivers to provide an appropriate level of security for the 12 to 14 hour round trip route? This solution would allow for authorized stops to meet the biological needs of the driver. A. Please see question #3 and #12. 10. Q. If there are unavoidable delays causing the courier to run past the scheduled 6:30 pm delivery time, what is the latest time for acceptance of material at Boyers, PA facility? A. The latest possible time for delivery would be 7:00pm, but this should occur under the rarest occasion. 11. Q. If there are unavoidable delays causing the courier to run past the scheduled 6:30 pm delivery time, what is the latest time for acceptance of material at Ft. Meade, MD facility? A. Please see question #10. 12. Q. What are the alarm requirements of the delivery vehicle? We don?t see any? A. OPM is adding an additional specification to the courier vehicle that would include a manufactures alarm system with the audible alarm that could be heard from 200 feet away. OPM would authorize brief short ventures from the vehicle as long as the driver could return to the vehicle within 10 seconds of the alarming sounding. Also the alarm must be activated other than when loading or unloading the vehicle. The courier specification should also include GPS tracking capabilities. 13. Q. Past Performance The contractor shall provide recent (past 3 years) and relevant (same or similar) work performed. For each contract/subcontract, include the following: - Client agency or company name and address; - Type, description and scope of service provided; - Contract number, start and end date, Contract type and dollar amount; Does same or similar mean a 250 mile or more round trip service, which this bid requires? A. OPM would consider past performance if the contractor?s past performances were similar or the same scope contracts in the past three years. This would also include past performance contracts with transporting or securing similar type work 14. Q. How do we price for weight of separate deliveries? The proposal mentioned that the weight could vary up to 2100lbs. A. The solicitation is not priced out for weight but priced out as a firm fix price. There is no historical data to provide on weighted price. 15. Q. Who is responsible for handling background checks, and clearances for anyone involved with these deliveries? Would we utilize the screening company that we currently do business with, or would OPM provide their own company for this service? A. OPM or one of their fieldwork contractors would conduct the background investigations for access on this contract. Please reference section 15 (background Investigations) of the solicitation. 16. Q. What are the guidelines/qualifications that make a storage facility an approved OPM secure warehouse? A. The contractor secure warehouse/storage unit must have minimal capability to include: o Storage facility be alarmed and locked to include windows. o A credible response force which can respond to an intrusion alarm in a reasonable amount of time. o Emergency response contractor personnel who can stand by in place of the intrusion alarm in case of a power outage. The storage facility will be subject to inspection and approval of the FISD Security and Safety Team. 17. Q. On page 3 please elaborate on the statement in bold letters that says? THE CONTRACTOR MUST PROVIDE 2 COURIER VANS FOR THIS DAY TO COMPLETE CLIN 0001 OR CLINN 0002 AND 0003 FOR THAT DAY. Does this mean we will need 2 trucks on certain days? We were under the impression that it is the contractors decision to choose number of drivers and trucks used. A. The contractor must provide 2 vehicles for days when a REQUEST ONLY (CLIN 003) is made. When days REQUEST ONLY is not made, the contractor will choose vehicles and personnel. 18. Q. On page 4 where it says ?CLIN 1003 UPON REQUEST ONLY? there is no attachment that asks for a price on this delivery. If it is required where should we answer it. A. The Attachment B is the pricing sheet. You must request a copy by emailing joy.christie@opm.gov . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Federal Investigative Service Division (FISD), 1137 Branchton Road, Boyers, PA 16018
Zip Code: 16018
Country: UNITED STATES
 
Record
SN01297644-W 20070519/070517223212 (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.