Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

99 -- Local Courier Mail Service - Courier Service

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492210 — Local Messengers and Local Delivery
 
Contracting Office
Department of Agriculture, Farm Service Agency, Indiana State Office, 5981 Lakeside Boulevard, Indianapolis, Indiana, 46278
 
ZIP Code
46278
 
Solicitation Number
AG-5240-P-10-0002
 
Point of Contact
Rhonda J. Ezekiel, Phone: 3172903030204
 
E-Mail Address
rhonda.ezekiel@in.usda.gov
(rhonda.ezekiel@in.usda.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Courier Services Pickup/Delivery Locations STATEMENT OF WORK FOR PICKUP AND DELIVERY SERVICE (COURIER) FOR USDA, FARM SERVICE AGENCY INDIANAPOLIS, IN A. INTRODUCTION The United States Department of Agriculture, Farm Service Agency operates at 5981 Lakeside Boulevard, Indianapolis, IN 46278. The pickup and delivery of the mail is critical to the agencies. Prompt delivery action on the part of the courier service is a MUST. B. SCOPE OF WORK The objectives of a courier service for the Farm Service Agency is to pickup and deliver mail to the downtown post office on a daily basis and provide overnight delivery service to all of our 79 county offices on Tuesdays and Thursdays. The courier service would be providing service for two USDA agencies: Farm Service Agency and Rural Development. C. REQUIREMENTS 1. The courier’s daily pickup service shall be scheduled for the last scheduled pm service but no later than 4:30 p.m. Monday through Friday, except on Government holidays. The 80 delivery locations and one (1) pickup location are specified in the attachment entitled Courier Services Pickup/Delivery Locations. (See Attachment 1). 2. If courier is unable to pickup before location closes, notification must be made to the office prior to the close of business. 3. Courier service is expected to make deliveries Monday through Friday, except on Government holidays. D. PERIOD OF PERFORMANCE Period of performance is from date of award through 5 years, unless extended or terminated. The base year performance period will be October 1, 2009 through September 30, 2010 with five (5) one-year option periods to be exercised at the Government’s discretion. Option 1, October 1, 2009 to September 30, 2010; Option 2, October 1, 2010 to September 30, 2011; Option 3, October 1 to September 30, 2012; Option 4, October 1 to September 30, 2013; Option 5, October 1 to September 30, 2014. All qualified offerors are invited to provide a proposal. Offers, including options, shall be evaluated for fair and reasonable pricing, technical competency, and satisfactory past performance. The Government anticipates award of a commercial item contract to the offeror whose offer provides the best value to the Government. The solicitation is scheduled to be issued on or about September 15, 2009 and will be issued via FedBizOpps Electronic Posting System at http://www.fedbizopps.gov. Questions regarding this solicitation must be in writing. They may be sent by email to: rhonda.ezekiel@in.usda.gov. No telephonic inquiries will be accepted. E. GOVERNMENT CONTACTS The following contacts are the only persons authorized to interact with the contractor on this contract: 1. Procurement & Property Management Specialist – For contract related issues: Rhonda Ezekiel, Procurement & Property Management Specialist - (317) 290-3030, x204 rhonda.ezekiel@in.usda.gov Mike Mattingly, Administrative Officer – (317) 290-3030, x202 mike.mattingly@in.usda.gov 2. Technical Point of Contact (TPOC) – For requirement related issues: Gloria McEntire (317) 290-3030, x203 gloria.mcentire@in.usda.gov 3. Technical Point of Contact (TPOC) – For invoicing related issues: Rhonda Ezekiel (317) 290-3030, x204 F. INVOICING AND CONTRACTOR PAYMENT Invoice/Payment 1. The Contractor will submit an original invoice to the address designated in the contract each month for its services. An invoice must include the following: a) Name and address of the contractor. b) Invoice date and invoice number. c) Correct Contractor number or other authorization for services performed. d) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed as they relate to the contract document. e) Shipping and payment terms. Bill of lading number is shipped under Government bill of lading. f) Name and address of contractor official to whom payment is to be sent (remit to address). Must be the same as that in the contract. g) Name, title, phone number and mailing address of person to notify in the event of a defective invoice. h) Any other information or documentation required by the contract (e.g. itemized travel costs; evidence of shipment) 2. Invoices will be handled in accordance with Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. G. TERMINATION OF CONTRACT If this contract is terminated, the Contractor will submit to Farm Service Agency, or another designated party as specified by Farm Service Agency, all project books and records and any financial statements required by the Farm Service Agency, along with any keys held by the Contractor. H. MISCELLANEOUS a. The Contractor shall be liable for any loss from or injury to, any property resulting solely from the Contractor’s negligence and/or failure to perform the services provided for herein. b. The Contractor waives, releases, and discharges the Government from any and all claims, demands, and causes for action for damages to person(s) and/or property which may arise in any manner incident to the execution of this contract, except his/her rightful claim for payment or compensation, as provided herein. c. The Contractor shall obtain the services of qualified employees in all instances, and the Contractor is responsible for actions or omissions of employees in performance of work under this contract. The Contractor shall not commit, nor permit others to commit any waste, or unlawful acts or nuisances upon property assigned. CENTRAL CONTRACTOR REGISTRATION SYSTEM/ON-LINE REPRESENTATIONS & CERTIFICATIONS CCR: Effective October 1, 2003, USDA requires all Contractors/contractors doing business with them, to be registered with the Central Contractor Registration System (CCR) before they can be awarded contracts, blanket agreements, & blanket purchase agreements. Contractors shall provide evidence of registration in the Central Contractor Registration System (CCR) before award. There is no cost to register in CCR, and the data from your registration will be used for payment purposes, as well as procurement-related endeavors. The preferred method of registration is via the World Wide Web at the CCR Website (http://www.ccr.gov/). You must have a DUNS number (which may take several weeks) in order to begin registration. To obtain this free nine-digit DUNS identification number, call Dun & Bradstreet, Inc. at 1-866-705-5711. A CCR Handbook, with registration and system information, is available at the CCR website. CCR requires that you be enrolled in Direct Deposit and Electronic Funds Transfer (EFT). Contractors may be found non-responsive if evidence of CCR registration is not included in the acceptance of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/IN062001/AG-5240-P-10-0002/listing.html)
 
Place of Performance
Address: See Attachment 1., United States
 
Record
SN01923604-W 20090826/090825001351-676932197d107b2d19c142c6c60213b6 (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.