Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

W -- W Rental of Refrigerated (Freeze) Trailers/Containers

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
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, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-09-T-0065
 
Point of Contact
Luz L Rayel, Phone: 804-734-8000 x8660, Melissa A Rios, Phone: 804-734-8000 x48680
 
E-Mail Address
luz.rayel@deca.mil, melissa.rios@deca.mil
(luz.rayel@deca.mil, melissa.rios@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 HDEC05-09-T-0065 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-33, DFARS Change Notice 20090115, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) The North American Industry Classification systems (NAICS) code is 532120. The Size standard is $25.5 million. E) Contract Line Item Numbers (CLINS) – Provide Pricing for the following CLINS in the format on the Trailer Specification Worksheets as addressed in the Statement of Work (SOW): CLINS: 0001 – Hickam AFB Commissary Bldg 2093, 20 Hickam Ct Hickam AFB, HI 96853-5255 One (1) Each – 40 Ft, Electric 220V 3PH Freeze Container with Rollup Doors Rental Dates: October 1, 2009 – January 31, 2010 0002 – Kaneohe Bay MCB Commissary Bldg 6088 MCB Kaneohe Bay, HI 96863-3062 One (1) Each – 40 Ft, Electric 220V 3PH Freeze Container with Chassis and Rollup Doors Rental Dates: October 1, 2009 – January 31, 2010 0003 – Pearl Harbor NB Commissary 4725 Bougainville Drive Pearl Harbor, HI 96860-6000 One (1) Each – 40 Ft, Electric 220V 3PH Freeze Container with Swing Doors Rental Dates: October 1, 2009 – January 15, 2010 Two (2) Each - 40 Ft, Electric 220V 3PH Freeze & Chill Containers with Swing Doors Rental Dates: October 15, 2009 – January 4, 2010 0004 – Schofield Barracks Commissary 698 Trimble Rd Wahiawa, HI 96786-3699 Two (2) Each - 40 Ft, Electric 220V 3PH Freeze Containers with Swing Doors Rental Dates: October 26, 2009 – January 15, 2010 F) The services are for Holiday Refrigerated (Freeze) Trailer/Container Rentals at Commissaries in Hawaii. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors – Commercial Items I. SUBMISSION OF QUOTES: Reference 52.212-1 Paragraph (b) Quoters shall submit an original copy of the following documents: (1) Trailer Specification Worksheets, Attachment 1. There is a separate worksheet for each commissary location. Quoters may submit a quote for one, some or all commissary locations by filling in the following information for each location you are quoting on: -Nearest “Trailer Hub” location -Number of miles from Hub to Commissary -Monthly Price per Trailer -Weekly Price per Trailer -Daily Price per Trailer -Cost per Operating Hour (if applicable) -Price per Delivery Mile/Pickup (if applicable) or -Flat Delivery and Pickup Fee (2) Offeror Representations and Certifications – FAR Clause 52.212-3 - Commercial Items (Sep 2006) w/ALT I (Apr 2002). (3) Remit to Address (if other than the address on the face of the contract). (4) Contractor’s e-mail address:________________________ (5) Dun and Bradstreet (DUNS) or DUNS + 4 Number:___________________ II. PERIOD FOR ACCEPTANCE OF QUOTES: Reference 52.212-1 Paragraph(c) The Government requires a minimum acceptance period of 90 calendar days in lieu of the 30 calendar days as specified in FAR 52.212-1(c), Period of Acceptance of Quotes. The Government will not award a contract to a quoter allowing less than the Government’s minimum acceptance period. LATE QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes after the exact time specified for receipt WILL NOT be considered (except in accordance with paragraph f of FAR 52.212-1). The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest-priced quote which meets the requirement specified herein. This is a 100% small business set-aside procurement. All responsible sources may submit a quote which shall be considered. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 ALT 1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Nov 2006)(as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters 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 Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following Addendum. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS CHANGES: Reference 52.212-4 Paragraph (c) a. 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, and addition of funds. b. 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. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. INVOICES: Reference 52.212-4 Paragraph (g) If, at any time during the performance of this contract, the company name changes or assets involving this service are sold to another company, the contract administration office must be notified prior to change of name or closing of sale to ensure actions required by the Federal Acquisition Regulation Part 42.12 are completed. Failure to notify this office in advance of the change may result in delay of payment. PAYMENT INFORMATION: Reference 52.212-4 Paragraph (i) a. If your company can accept credit card payments, please provide the following: Contractor Point of Contact for credit card payments:___________________________________ Phone Number:____________________________ Fax Number: _____________________________ b. The contractor will not be paid in excess of the amount set forth in the Schedule of Supplies/Services for the corresponding CLIN (Contract Line Item Number). For example, if CLIN 0001 has a set monthly amount of $500, the total amount paid to the contractor will not be in excess of $500 without prior authorization from the Contracting Officer. c. The contractor must submit invoices to the paying office shown in Block 18a of the SF 1449. If credit card is the method of payment, upon receipt of the monthly invoice from the contractor, and signed receiving report 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) Statement of Work STATEMENT OF WORK FOR REFRIGERATED TRAILERS Refrigerated trailers are being leased for the main purpose of storing frozen turkeys for the upcoming holiday season at the commissary location specified on the solicitation line items. The performance start and end dates may vary at each location and are shown on the Trailer Specification Sheets. Contractor shall: 1.Coordinate the delivery and pickup of the refrigerated trailer(s) with store’s POC no later than 5 working days prior to start date and 3 working days prior to ending date of rental period. Rental period ends on the store’s requested pickup date regardless of actual pickup date unless a written modification is issued. 2.Bill monthly for all charges incurred from the first to last day of the prior month. The hourly run time charge may be billed one-time at completion of the last month of lease. 3.Provide 24-hour emergency on-site repair. Vendor repair personnel must be on-site within 2 hours of receipt of emergency call from store personnel. Repair must be either completed within 4 hours of initial receipt of emergency phone call or a substitute vehicle provided so as not to interrupt the mission. •Note: Repairs caused by commissary negligence will be covered via modification to the contract. Repairs required due to contractor negligence, or as a result of faulty equipment, shall be repaired at the expense of the contractor. DeCA Commissary POC shall: 1.Coordinate to have appropriate Installation personnel available to hook up electric trailers, as necessary. 2.Locate source for diesel fuel that accepts the Wright Express Card (WEC). Diesel Fuel is not allowed to be charged against the Government Purchase Card (GPC) or this DeCA contract. 3.Notify the Contracting Officer of any repairs necessary to the trailers prior to authorizing repairs. 4.Clean the trailers of all debris and ensure the fuel tanks are full before contractor pickup. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Representation; 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 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Person; FAR 52.223-4 Recovered Material Certification; FAR 52.223-5 Pollution Prevention & Right-to-Know; FAR 52.223-12 Refrigeration Equipment and Air Conditioners; FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.225-13 Restriction on Certain Foreign Purchases; 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; DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile Quotes WILL BE accepted at fax #: 804-734-8669 in accordance with FAR 52.215-5 Facsimile Proposals. 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 Center at 1-888-227-2423. 52.204-4500INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 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. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1)For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2)For private owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state, which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen’s Compensation: As required by law of the State. (2) Employer’s Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer’s decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E. Avenue Fort Lee, Virginia 23801-1800 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 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 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 Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes 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 3:00 PM local time ON July 9, 2009. S) The point of contact for this solicitation is Luz G. Rayel, 804-734-8000, Ext 48660.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-09-T-0065/listing.html)
 
Place of Performance
Address: Four DeCA Commissaries located in Hawaii, Kaneohe Bay, Hawaii, 96863-3062, United States
Zip Code: 96863-3062
 
Record
SN01856721-W 20090627/090625235840-11ba200679ad5a2271a61f07193f765b (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.