Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

V -- MESSENGER/COURIER SERVICES - SOW for Courier Services

Notice Date
3/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
ADM-09-388A
 
Archive Date
4/18/2009
 
Point of Contact
Morie Gunter-Henderson,, Phone: 301-492-3626
 
E-Mail Address
Morie.GunterHenderson@nrc.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is the statement of work for Messenger/Courier Services This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-30. The solicitation number is ADM-09-388A and is issued as a Request for Proposal (RFP). This solicitation replaces solicitation number ADM-09-388 which was previously posted on November 19, 2008. The contract type intended for this procurement is firm fixed price contract with a base period of one year from April 13, 2009 - April 12, 2010 and two additional one-year options. This is a Total Service-Disabled Veteran-owned Small Business (SDVOSB) Set-Aside. The North American Industrial Classification System (NAICS) code for this procurement is 492110. The contractor shall provide messenger/courier services required on the attached Statement of Work. The full text of the FAR provisions or clauses that apply to this acquisition may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following clauses/provisions apply to this acquisition: (1) 52.212-1, Instructions to Offerors – Commercial (June 2008), (2) 52.212-2, Evaluation Commercial Items (JAN 1999), (3) 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2008) (4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009)., which includes: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6, Total Small Business Set Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a) (14)); 52.219-27, Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004); 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).; (5) 52.223-6, Drug-Free Workplace (MAY 2001). (6) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004). (7) 52.237-1 Site Visit (April 1984). (8) 52-237-2 Protection of Government Buildings Equipment and Vegetation (9) 52.217-8 Option to extend the services (Nov 1999) – Fill in is 30 days. (10) 52.217-9 Option to extend the term of the contract (Mar 2000) - Fill in for (a) 30 days and 30 days, fill in for (c) 6 months. The government will award a contract resulting from this solicitation to the lowest priced, technically acceptable responsible offeror whose offer conforms to the requirements of the solicitation. The Government will evaluate the Offeror’s response in an effort to determine the Offeror’s ability to meet the requirements. The government reserves the right to award without discussion. For the price proposal, please fill out the attached Price Schedule in the SOW. All proposals are due Friday April 3, 2009 by 3:00 p.m., EST. Quotes can be sent through email or fax. Electronic proposal should be sent to morie.gunterhenderson@nrc.gov; faxed proposals should be sent to 301-492-3437, Attn: Morie Gunter-Henderson. NRC is not responsible for technical difficulties and or administrative problems associated with transmission of the files to the NRC. Offerors are to include a completed copy of provision 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2006), with their offer. Solicitation ADM-09-388A will be distributed solely through the FedBizOpps website (http://www.fedbizopps.gov) The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents will not be available. Because this RFP will be posted on this website, interested parties are instructed NOT to call, send letters, e-mails or faxes requesting the RFP. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7, Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov. The Government will not reimburse interested parties for any costs associated with responding to this business opportunity. For information regarding this acquisition contact Morie Gunter-Henderson via e-mail at morie.gunterhenderson@nrc.gov or at 301-492-3646. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the NRC. The NRC reserves the right to reject any and all offers received.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=350fd06c9686534bdaee05e686c1f527&tab=core&_cview=1)
 
Place of Performance
Address: 11545 Rockville Pike, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN01774056-W 20090322/090320220129-350fd06c9686534bdaee05e686c1f527 (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.