Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOLICITATION NOTICE

W -- RENTAL OF REFRIGERATED (FREEZE) AND DRY TRAILERS

Notice Date
9/28/2009
 
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-0096
 
Archive Date
10/23/2009
 
Point of Contact
Amy A. Williams, Phone: (804) 734-8000, extension 48408, Melissa A Rios, Phone: 804-734-8000 x48680
 
E-Mail Address
amy.williams@deca.mil, melissa.rios@deca.mil
(amy.williams@deca.mil, melissa.rios@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Notice – Rental of Refrigerated & Dry Trailers Solicitation No.: HDEC05-09-T-0096 Response Date: October 8, 2009 POC: Amy Williams Fax: 804-734-8669, Phone: 804-734-8000, Ext. 48408 Places of Performance: Jacksonville, FL 32212; Miami, FL 33172, Patrick AFB 32925 100% Small Business Set-Aside Classification Code: W FSC Code: W023 NAICS Code: 532120 Size Standard: $25.5 million Description: Rental of Refrigerated (Freeze) & Dry Trailers 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-0096 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) 2005-36, DFARS Change Notice 20090825, 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 in the following format (Address & Periods of Performance are shown in Paragraph F): CLIN 0001: Contractor shall provide all labor, drivers, tools, materials, and transportation for the rental of refrigerated (freeze) and dry trailers as addressed in the Statement Of Work to support the SOUTHCOM Tent Sale in Miami, FL hosted by the Jacksonville NAS Commissary (Jacksonville, FL). Performance Period: October 26, 2009 – November 10, 2009 DESCRIPTION COSTTOTAL RENTAL: (2) 48’ Diesel Refrigerated (Freeze) trailers with Roll-Up Doors Total : 11 days rental October 30, 2009 – November 9, 2009DAILY RENTAL RATE (per trailer) $ $ RENTAL: (1) 48’ Diesel Refrigerated (Freeze) trailer with Roll-Up Door Total : 8 days rental November 2, 2009 – November 9, 2009DAILY RENTAL RATE (per trailer) $ $ RENTAL: (2) 53’ Dry trailers with Roll-Up Doors Total : 15 days rental October 26, 2009 – November 9, 2009DAILY RENTAL RATE (per trailer) $ $ *OPTIONAL RENTAL (3) Dry trailers as addressed in the Statement Of Work. Total: 2 days rental November 9, 2009 – November 10, 2009 DAILY RENTAL RATE (per trailer) $ $ DIESEL FUEL FOR TRAILERS: Refrigerated trailers will be topped off with fuel as addressed in the Statement of Work. 300 gallons (Estimate) total for 3 refrigerated trailers. PRICE PER GALLON $ $ MILEAGE: Transporting of trailers. MILEAGE _________ miles PER MILE RATE $$ LODGING PER DIEM: The Government will not pay for the empty back haul of tractors used for trailers F, G, & H. See Statement of Work. Total: 1 Night, 3 Persons PER DIEM RATE $$ TOLLS: Transporting of trailers - TOTAL$$ F) The services are for Refrigerated (Freeze) and Dry Trailer Rentals at the Jacksonville NAS and Patrick AFB Commissaries located at the addresses reflected in the Statement of Work below. The period of performance is also shown in the Statement of Work. 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 Quotes shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; E-MAIL OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE and FAX NUMBERS of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotations must be SIGNED. Quotation shall include a STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 30 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. 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 52.212-4501, 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 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 52.212-4 (Contract Terms and Conditions – Commercial): ************************************************************************ ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS I. CHANGES: [(Reference 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, or addition of funds. b. Bilateral Modifications Items may be added to or deleted from this contract at the option of the Government. Any replacement or additional items must be added to this contract prior to any service being performed on it. Addition and/or deletions of items will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. INVOICES: [(Reference Paragraph (g)] Invoices must contain the company name and address as it appears on the contract or in the remit to address and must contain, as a minimum, the following information: 1.Name and address of the contractor 2.Invoice date and invoice number 3.Contract/Purchase Order Number 4.Contract Line Item (CLIN) for the applicable commissary location 5.Description, quantity, unit of measure, unit price and extended price 6.Shipping and payment terms 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. ELECTRONIC INVOICING: The Department of Defense has mandated the use of the electronic invoicing and receiving system called Wide Area WorkFlow (WAWF), as addressed in Clause 252.232-7003. The Defense Commissary Agency (DeCA) is in the process of converting to WAWF and reserves the right to convert this contracting action to WAWF during contract performance. Although the DeCA commissaries are not on-line with WAWF, contractors may submit “stand alone” invoices through WAWF. A duplicate invoice shall be sent to the Commissary Point of Contact (POC) [identified on the Contract Line Item Numbers (CLINs)] for preparation of a hard-copy receiving report (DD Form 250) until the store is on-line. All invoices shall be sent to the Defense Finance and Accounting Office (DFAS) (address in block 18a) in accordance with Defense Acquisition Regulation Clause 252-232-7003, Electronic Submission of Payment Requests. DFAS will process payment 30 days after receipt of a properly prepared invoice or receipt of the receiving report, whichever is later. PAYMENT QUESTIONS: Payment questions may be addressed to DFAS Customer Service (Columbus OH) at 800-756-4571. STORE RESPONSIBILITY: Upon receipt of services from the Contractor, the Government shall prepare and process the receiving report. One copy shall be faxed to DFAS for payment at 877-278-3106 no later than 72 hours after receipt of the invoice. An additional copy will be faxed to the AMDS Contracting Office at 804-734-8669. III. PAYMENT INFORMATION: [(Reference Paragraph (i)] The preferred method of payment for award is the Government Purchase Card (GPC) VISA credit card via an authorized Government credit card user. If your company can accept credit card payments, please provide the following: Contractor Point of Contact for credit card payments:___________________________________ Phone Number:____________________________ Fax Number: _____________________________ 1.billing. 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 0001AA has a set annual amount of $1,000.00, the total amount paid to the contractor will not be in excess of $1,000.00 without prior authorization from the Contracting Officer. IV. CENTRAL CONTRACTOR REGISTRATION (CCR): Contractor’s Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov V. ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a “Vendor” at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095). L) STATEMENT OF WORK Statement of Work Refrigerated and Dry Trailers in Support of DeCA’s SOUTHCOM Tent Sale 26 October through 10 November, 2009 Places of Performance: Jacksonville, NAS Commissary Bldg 951 Allegheny Avenue Jacksonville, FL 32212 John C. Moore mailto: john.moore@deca.mil Store Director Max Dimaya, Grocery Manager mailto: max.dimaya@deca.mil Phone 904-542-3435 ext. 7141 Patrick AFB Commissary 1225 South Patrick Drive Patrick AFB, FL 32925 POC: Jerry Copenhefer mailto: jerry.copenhefer@deca.mil Store Director Phone 321-494-5844 ext. 3026 US Southern Command (SOUTHCOM) 3511 NW 91st Avenue Miami, FL 33172 POC: David Rivera mailto:david.rivera@hq.southcom.mil 305-437-2699, fax 305-437-2641 Alternate POC: Darlene Goebel mailto:darlene.goebel@hq.southcom.mil 305-437-2658 fax 305-437-2641 Basic requirement: Provision of hauling trailers to support SOUTHCOM tent sale 3 Diesel Refrigerated Trailers w/roll up doors (for duration) Trailers A, B, C. 2 Dry Trailers, w/roll up doors, Trailers D, and E. 3 Additional dry trailers if needed for backhaul of product Trailers F, G, and H. Contractor shall provide all labor, driver, tools, materials and transportation necessary for the rental of dry and refrigerated trailers to support the SOUTHCOM tent sale. Contractor shall include 24 hour/7day a week emergency response on refrigerated units. Jacksonville commissary will host the SOUTHCOM tent sale in Miami. The dates of the sale are November 4-7, 2009. The period of performance will be for 15 days. Contractor must communicate with the Jacksonville Store Director before making any changes of trailer sizes. Trailers used must be neat, free of debris and in good working order. Refrigerated trailers will come full of fuel, and the government will keep fueled during operation at the tent location and then the contractor will top off at the end of the contract. 1.Deliver two 53’ dry trailers to Patrick AFB Commissary, 1225 South Patrick Drive, Patrick AFB, FL on Oct 26th NLT 0800 hrs. (Trailers D & E). 2.Pick up the two 53’ dry trailers from Patrick AFB on Oct 29th NLT 0800 hrs. And deliver to SOUTHCOM (east end parking lot, 3511 NW 91st. Avenue, Miami FL. NLT 1400 hrs. These two trailers may be staggered two hours apart starting at 0800 hrs. pick up from Patrick. (Trailers D & E) 3.Drop off two freezer trailers NLT 0800 hrs. on Oct 30th at the Jacksonville Commissary. Two 48’ freezer trailers to be located at Jacksonville Naval Air Station Commissary Bldg 951, 951 Allegheny Avenue, Jacksonville, FL. Trailers to be loaded by commissary with frozen/dry product to be delivered to SOUTHCOM, east end parking lot, 3511 NW 91st Avenue, Miami FL. (See # 5) (Trailer A&B). 4.Deliver one additional empty 48’ freezer trailers to SOUTHCOM on Nov 2nd NLT 1000 hrs. Store Director may need to call contractor prior to this action if there is a need to include product from Jacksonville on these trailers. (Trailer C). 5.Pick up freezer trailer at Jacksonville NAS Commissary by 0800 hrs Nov 2nd and deliver to SOUTHCOM NLT 1600 hrs Nov 2nd. (Trailer A&B). 1.Pick up one 48’ freezer trailer from SOUTHCOM on Nov 9th NLT 0900 and return to Jacksonville NAS commissary NLT 1600 hrs. (Trailer A). 2.Pick up two 53; dry trailers on Nov 9th NLT 1200 hrs and return to Patrick AFB Commissary. (Trailers D&E) 3.Pick up two remaining freezer trailers on Nov 9th NLT 1400 hrs and return to Jacksonville NAS Commissary. These trailers may be loaded with dry product to be back hauled. (Trailers B&C) 4.Depending on amount of product left for backhaul, 3 additional dry trailers may need to be dropped at SOUTHCOM NLT 1200 hrs on Nov 9th and returned to Jacksonville on Nov 10th. Trailers will be loaded and ready for return NLT 1000 hrs on Nov 10th. ( Trailers F,G& H) 1) *CONTRACTOR IS REQUIRED TO MAKE AFFIRMATIVE STATEMENT THAT 24/7 EMERGENCY RESPONSE IS AVAILABLE. 2) Vendor shall coordinate the delivery and pickup of the refrigerated trailer(s) with store’s POC no later than 3 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. 3) Vendor may bill from the first to last day of rental period. The hourly run time charge may be billed one-time at completion of the last month of lease. 4) The vendor is responsible for providing 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. 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 52.223-5 Pollution Prevention & Right-to-Know; FAR 52.223-12 Refrigeration Equipment and Air Conditioners; 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 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 of Florida (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 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 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 October 8, 2009. S) The point of contact for this solicitation is Amy Williams, 804-734-8000, Ext 48408.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-09-T-0096/listing.html)
 
Place of Performance
Address: JACKSONVILLE, MIAMI, AND PATRICK AFB FL, JACKSONVILLE, Florida, 32212-0042, United States
Zip Code: 32212-0042
 
Record
SN01973349-W 20090930/090929000603-930921d83d2863ddd98bd23bf7217294 (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.