Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

X -- Warehouse and Transportation Services

Notice Date
1/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
601 S 12th St, Arlington, VA 20598
 
ZIP Code
20598
 
Solicitation Number
HSTS05-10-Q-RDU001
 
Response Due
2/12/2010
 
Archive Date
8/11/2010
 
Point of Contact
Name: Ian Somppi, Title: Contract Specialist, Phone: 571-227-2376, Fax: 703-603-0786
 
E-Mail Address
ian.somppi@tsa.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS05-10-Q-RDU001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 493110 with a small business size standard of $25.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-02-12 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Morrisville, NC 27560 The DHS Transportation Security Administration requires the following items, Meet or Exceed, to the following: LI 001, 900 square feet of supply picking and pulling space for consumable storage. The temperature within storage facility must be maintained between 32F and 100F at all times for all storage spaces., 12, Months; LI 002, Monthly lease of 200 square feet for storage for emergency hurricane and H1N1 supplies, 12, Months; LI 003, Monthly lease of 300 square feet of storage for passenger and baggage checkpoint equipment, and miscellaneous items associated with checkpoint/airport operations and FSD staff needs., 12, Months; LI 004, Transportation of equipment and miscellaneous items between HUB and SPOKE airports. Moving of equippment and miscellaneous items from the vendor warehoues or from the HUB and SPOKE airports to the TSA warehouse in Springfield Virginia., 440, hours; LI 005, The vendor will be required to provide one additional person to their delivery crew to be with the vehicle at all times when parked at the passenger or baggage drop-off areas at either the HUB airport or SPOKE airports as per the director of the airport authority. (not to exceed 440 hours), 440, hours; LI 006, Option Year 1: 900 square feet of supply picking and pulling space for consumable storage. The temperature within storage facility must be maintained between 32F and 100F at all times for all storage spaces., 12, Months; LI 007, Option Year 1: 200 square feet for storage for emergency hurricane and H1N1 supplies, 12, Months; LI 008, Option Year 1: 300 square feet of storage for passenger and baggage checkpoint equipment, and miscellaneous items associated with checkpoint/airport operations and FSD staff needs., 12, Months; LI 009, Option Year 1: Transportation of equipment and miscellaneous items between HUB and SPOKE airports. Moving of equippment and miscellaneous items from the vendor warehoues or from the HUB and SPOKE airports to the TSA warehouse in Springfield Virginia., 440, hours; LI 010, Option Year 1: The vendor will be required to provide one additional person to their delivery crew to be with the vehicle at all times when parked at the passenger or baggage drop-off areas at either the HUB airport or SPOKE airports as per the director of the airport authority.(not to exceed 440 hours), 440, hours; LI 011, Option Year 2: 900 square feet of supply picking and pulling space for consumable storage. The temperature within storage facility must be maintained between 32F and 100F at all times for all storage spaces., 12, Months; LI 012, Option Year 2: 200 square feet for storage for emergency hurricane and H1N1 supplies., 12, Months; LI 013, Option Year 2: 300 square feet of storage for passenger and baggage checkpoint equipment, and miscellaneous items associated with checkpoint/airport operations and FSD staff needs., 12, Months; LI 014, Option Year 2: Transportation of equipment and miscellaneous items between HUB and SPOKE airports. Moving of equippment and miscellaneous items from the vendor warehoues or from the HUB and SPOKE airports to the TSA warehouse in Springfield Virginia., 440, hours; LI 015, Option Year 2: The vendor will be required to provide one additional person to their delivery crew to be with the vehicle at all times when parked at the passenger or baggage drop-off areas at either the HUB airport or SPOKE airports as per the director of the airport authority.(not to exceed 440 hours), 440, hours; LI 016, Option Year 3: 900 square feet of supply picking and pulling space for consumable storage. The temperature within storage facility must be maintained between 32F and 100F at all times for all storage spaces., 12, Months; LI 017, Option Year 3: 200 square feet for storage for emergency hurricane and H1N1 supplies., 12, Months; LI 018, Option Year 3: 300 square feet of storage for passenger and baggage checkpoint equipment, and miscellaneous items associated with checkpoint/airport operations and FSD staff needs., 12, Months; LI 019, Option Year 3: Transportation of equipment and miscellaneous items between HUB and SPOKE airports. Moving of equippment and miscellaneous items from the vendor warehoues or from the HUB and SPOKE airports to the TSA warehouse in Springfield Virginia., 440, hours; LI 020, Option Year 3: The vendor will be required to provide one additional person to their delivery crew to be with the vehicle at all times when parked at the passenger or baggage drop-off areas at either the HUB airport or SPOKE airports as per the director of the airport authority.(not to exceed 440 hours), 440, hours; LI 021, Option Year 4: 900 square feet of supply picking and pulling space for consumable storage. The temperature within storage facility must be maintained between 32F and 100F at all times for all storage spaces., 12, Months; LI 022, Option Year 4: 200 square feet for storage for emergency hurricane and H1N1 supplies., 12, Months; LI 023, Option Year 4: 300 square feet of storage for passenger and baggage checkpoint equipment, and miscellaneous items associated with checkpoint/airport operations and FSD staff needs., 12, Months; LI 024, Option Year 4: Transportation of equipment and miscellaneous items between HUB and SPOKE airports. Moving of equippment and miscellaneous items from the vendor warehoues or from the HUB and SPOKE airports to the TSA warehouse in Springfield Virginia., 440, hours; LI 025, Option Year 4: The vendor will be required to provide one additional person to their deliver crew to be with the vehicle at all times when parked at the passenger or baggage drop-off areas at either the HUB airport or SPOKE airports as per the director of the airport authority.(not to exceed 440 hours), 440, hours; For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 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 within 30 days. PAYMENT METHOD 1: Third party payment will be the preferred method and the contractor must accept a valid government credit card or convenience checkas payment. The Contractor agrees to accept payments due under this contract, through payment by a third party in lieu of payment directly fromthe Government, in accordance with the terms of the FAR Clause 52.232-36-Payment by Third Party. The third party and, if applicable, the particular Government-wide commercial purchase card or convenience check is to be used as a method of payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-10-Q-RDU001/listing.html)
 
Place of Performance
Address: Morrisville, NC 27560
Zip Code: 27560
 
Record
SN02052459-W 20100130/100128235521-89ac03903b74fb7901ad6a9ffeafa592 (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.