Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SOLICITATION NOTICE

70 -- Defense Transportation Tracking System (DTTS)

Notice Date
5/7/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
508 Scott Drive Bldg 1900 Scott AFB IL 62225
 
ZIP Code
62225
 
Solicitation Number
HTC711-09-Q-0155
 
Response Due
5/14/2009
 
Archive Date
6/14/2009
 
Point of Contact
Michael Pardue, Contract Specialist, Phone 618-256-9607, Fax 618-256-9600, - David Swaney, Contract Specialist, Phone 6182569606, Fax 618-256-9600
 
E-Mail Address
michael.pardue@ustranscom.mil, david.swaney@ustranscom.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as Request for Quotation (RFQ) and the reference number is HTC711-09-Q-0155. The solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. The North American Industry Classification System code is 517919 with a business size standard of $25 million. Description: The contractor shall provide vehicle position reporting IAW the PWS as required by the Department of Defense (DOD) for commercial motor transporting of sensitive conventional Arms, Ammunition, Explosives (AA&E) shipments, and Other Sensitive Material (OSM); and IAW the SDDC Freight Traffic Rules Publication No.1C-R (MFTPR NO. 1C-R), Item 47, Satellite Motor Surveillance Service (SNS) (PWS Appendix One). Request for Quote (RFQ): Quotes will be evaluated using the lowest price technically acceptable (LPTA) evaluation method (Attachment 2). The following technical factors shall be used to evaluate offers: 1. Contractor shall provide proof of the Defense Transportation Tracking System (DTTS) Certification prior to the start of the period of performance 1 July 2009 IAW with the requirements of the PWS. This criteria will be evaluated as pass/fail. 2. Contractors shall submit a sound plan for accomplishing the requirements of the PWS that provides a logical approach and ensures timely support for all tasks as described in the PWS (Not to exceed 20 pages). FAR Provisions: All applicable FAR provisions/clauses are included in (Attachment 3). The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-1 is as follow: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 52-222-22, 52.222-25,and 252.225-7000. Government Remedies. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items, for contractor's failure to perform satisfactory services or failure to correct nonconforming services. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All quotes must be received not later than 3:00 PM (CDT), 12 May 2009, to include (RFQ, CLIN Structure, and Technical Approach), and e-mailed to Michael Pardue at United States Transportation Command, Directorate of Acquisition at michael.pardue@ustranscom.mil. An official authorized to bind your company shall sign and date the quote. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Questions concerning this solicitation should be addressed to Michael Pardue, Contract Specialist, Phone 618-256-9607, Fax 618-256-9600, Email michael.pardue@ustranscom.mil; or Dave Swaney, Contract Specialist, Phone 618-256-9608, Fax 618-256-9600, Email dave.swaney@ustranscom.mil. Attachments: Attachment One—Performance Work Statement (PWS). Attachment Two—RFQ, HTC711-09-Q-0155. Attachment Three—FAR & DFARS Provisions/Clauses. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-09-Q-0155/listing.html)
 
Place of Performance
Address: Contractor's Facility
Country: US
 
Record
SN01811836-F 20090509/090508101124 (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.