Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

M -- OPERATE AND MAINTAIN POV STORAGE AREA

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-07-R-0012
 
Response Due
6/15/2007
 
Archive Date
8/14/2007
 
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. The solicit ation is issued as a Request for Proposals, W91248-07-R-0012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. Acquisition is 100% set aside for small business concerns. The NAICS Code is 561990 and the small business size standard is $6,000,000. The Offer Schedule (contract line item number(s), items, quantities, and units of measure) and Performance Work Statement are provided at the end of this document. Service is r equired to start on 15 July 2007 with a one-week phase-in period the previous week. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is addended as follows: Paragraphs (b)(4), (b)(5), (b)(10), (d), (e), and (h) are d eleted. This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.216-1 Type of Contract (Fill-in information, firm fixed-price); 252.204-7001 Commercial and Gove rnment Entity (CAGE) Code Reporting; and 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. The provision at 52.212-2 EvaluationCommercial Items is applicable; Technical (Experience and Past Performance with same or similar service requirements) and Price are the evaluation criteria in Paragraph (a). Technical (Experience and Past Performance) is slightly more important than Price; Experience and Past Performance are equal in importance. The Government intends to m ake a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Represe ntations and CertificationsCommercial Items, and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items, with offers or a statement that these documents can be accessed at the ORCA website. Offerors must also submit comp leted offer schedule, acknowledgment of all amendments issued, summary of experience (brief description of services provided, dollar amount and length of contracts or agreements, points of contact and telephone numbers and/or e-mail addresses) with same and/or similar services within the past three (3) years. Past perforrmance survey is attached for forwarding to offerors customers for completion and forwarding to Ms. Fletcher-Schiewe (fax 270-798-7548 or e-mail june.schiewe@us.army.mil). The successfu l offeror must be registered in the Central Contractor Registration at http://www.ccr.gov. The following clauses apply to this acquisition: 52.212-4, Contract Terms and ConditionsCommercial Items; 52.252-2 Clauses Incorporated by Reference (Fill-in info rmation  www.gsa.gov) ; 52.217-8 Option to Extend Services (fill-in 30 calendar days); 52.217-9 Option to Extend the Term of The Contract (paragraph (a) 30 calendar days, paragraph (c) five (5) years). 52.237-7003 Requirements (fill-in information, paragr aph (e) Directorate of Contracting, 2172 13 ? Street, Fort Campbell, KY 42223-5334); 52.232-19 Availability of Funds for the Next Fiscal Year (fill-in information, 30 September 2005); 52.228-5 Insurance  Work on a Government Installation, (see Schedule o f Required Insurance in PWS Section C.1); 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252-242-7 000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 I Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Faci lities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special D isabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (fill-in information is: Shuttle Bus Driver, #31290, Hourly Rate $13. 00 Fringes $2.96; Laborer, #23470, Hourly Rate $8.73 Fringes $1.99; General Clerk II, #01112, #01112, Hourly Rate $9.27 Fringes $2.11) (Wage Determination 2005-2187 Revision 1, 09/06/2006, is applicable and attached); 52.222-43 Fair Labor Standards Act an d Service Contract Act  Price Adjustment (Multiple Year and Option Contracts); 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders A pplicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.2 32-7003 Electronic Submission of Payment Requests. See Numbered Note 1. Offers are due not later than 4:00 P.M. 15 June 2007. All responsible concerns may submit an offer which will be considered by the agency. Submit offers to Directorate of Contracting, ATTN: June Fletcher-Schiewe, 2172 13 ? Street, Fort Campbell, KY 42223-5334. Contact Ms. Fletcher-Schiewe, 270-798-3441, june.schiewe@us.army.mil o r Ms. Trudy Colbert, 270-798-7566, trudy.colbert@us.army.mil information regarding the solicitation. (2) Fort Campbell, Kentucky. (3) Acquisition is 100% set-aside for small business concerns. See Numbered Note 1. OFFER SCHEDULE BASE PERIOD: 15 JULY 2007 THROUGH 14 JULY 2008: 0001 OPERATE AND MAINTAIN POV STORAGE AREA: Inspect and process POVs into and out of storage area; provide driver(s) for shuttle bus service from POV drop-off and pick-up locations; monitor POVs during storage periods; create and maintain records of stor ed POVs. Estimated total quantity of POVs is approximately 1,000; estimated maximum number of POVs to be inspected and processed in and out in a single day is 200 during the surge periods. Number of weeks in surge and non-surge SubCLINs below are estima ted and may require adjustment. Payment will be made for actual quantities used. 0001AA Phase-In Period: 8-14 July 2007 1 Week $_________ = $_________ 0001AB Surge Period: 10 Weeks $________ = $__________ (Period of approximately 10 weeks during the year starting when deployment begins and when redeployment begins. High volumes of shuttle bus trips and POVs to be inspected, processed in or out will be required during surge periods. Exact dates are unknown at this time.) 0001AC Non-Surge Period 42 Weeks $_________ = $__________ (Period of approximately 42 weeks between deployment and redeployment. During non-surge period, volume of shuttle bus trips and POVs to be inspected, processed in or out will be decreased significantly. Inspection and processing POVs and shuttle bus service will only be required occassionally. Monitoring of the stored POVs and record keeping are the main tasks during non-surge periods. Exact dates are unknown at this time. TOTAL FOR BASE PERIOD $___________ FIRST OPTION PERIOD: 15 JULY 2008 THROUGH 14 JULY 2009: 0001 OPERATE AND MAINTAIN POV STORAGE AREA. 0001AB Surge Period: 10 Weeks $________ = $__________ 0001AC Non-Surge Period 42 Weeks $_________ = $__________ . TOTAL FOR FIRST OPTION PERIOD $___________ SECOND OPTION PERIOD: 15 JULY 2009THROUGH 14 JULY 2010: 0001 OPERATE AND MAINTAIN POV STORAGE AREA. 0001AB Surge Period: 10 Weeks $________ = $__________ 0001AC Non-Surge Period 42 Weeks $_________ = $__________ . TOTAL FOR SECOND OPTION PERIOD $___________ THIRD OPTION PERIOD: 15 JULY 2010 THROUGH 14 JULY 2011: 0001 OPERATE AND MAINTAIN POV STORAGE AREA. 0001AB Surge Period: 10 Weeks $________ = $__________ 0001AC Non-Surge Period 42 Weeks $_________ = $__________ . TOTAL FOR THIRD OPTION PERIOD $___________ FOURTH OPTION PERIOD: 15 JULY 2011 THROUGH 14 JULY 2012: 0001 OPERATE AND MAINTAIN POV STORAGE AREA. 0001AB Surge Period: 10 Weeks $________ = $__________ 0001AC Non-Surge Period 42 Weeks $_________ = $__________ . TOTAL FOR FOURTH OPTION PERIOD $___________ TOTAL FOR BASE AND FOUR OPTION PERIODS $___________
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 ? & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN01298223-W 20070520/070518221334 (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.