Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

V -- Courier Services for DHS/OPLA in Cleveland, Ohio - Atttachments

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492210 — Local Messengers and Local Delivery
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
 
ZIP Code
20536-0001
 
Solicitation Number
HSCEMD-10-CourierCleveland
 
Archive Date
4/15/2010
 
Point of Contact
Alice M. Hancock, Phone: 2149055458
 
E-Mail Address
alice.hancock@dhs.gov
(alice.hancock@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3, SF 85P Attachment 2, Past Performance Questionnaire Attachment 1, Pricing Schedule Department of Homeland Security Immigration & Customs Enforcement Office of Acquisitions - Investigations & Mission Support Dallas Combined Synopsis/Solicitation - HSCEMD-10-Courier Cleveland This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation, HSCEMD-10-Courier Cleveland, is issued as a request for quotation (RFQ) for a Firm Fixed Price contract with economic price adjustment for local Courier Services in Cleveland, Ohio in accordance with the Statement of Work below. Quotes are due by 4:00 pm CST, March 31, 2010. Quotes shall be submitted via email to Alice Hancock, Contract Specialist, alice.hancock@dhs.gov, or faxed to (214) 905-5568. Vendors are responsible for confirming receipt of their quote. Quotes received late may not be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective 1 February 2010. This solicitation is set-aside for Small Businesses concerns. The NAICS Code is 492210 and the small business size standard is $25.5 Million. Period of Performance for this requirement shall be one 12-month base period with four additional one-year option periods. The performance period will begin upon issuance of Notice to Proceed (NTP). NTP shall be issued upon notification that at least one contractor employee has receive an approved background security check. To be eligible for award under this solicitation, the vendor must be listed with current status on the Central Contractor Registration (CCR) website (www.ccr.gov) and the vendor's representations and certifications must be updated and complete in the Online Representations and Certifications Applications website at https://orca.bpn.gov/. Quotes: The contract line items to be priced by the vendor are on the attached Pricing Schedule (Attachment 1). Vendors must enter proposed prices on the Pricing Schedule and return it with other required documents as their quote. Quotes will be evaluated according to FAR Part 13, Simplified Acquisition Procedures. Award will be made to quote that represents the best value to the Government. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Best value will be determined by considering total price and past performance. Total Price will be the total of the Total Price for the Base Year plus each Option Year. A quote may be rejected if the Contracting Officer determines prices are unbalanced. Past performance of courier services within the past three years will be considered. Vendors shall provide the Past Performance Questionnaire provided (Attachment 2) to up to three companies for whom the vendor has provided courier service in the past three years, and instruct them to complete the questionnaire regarding their performance and return to the individual listed on the questionnaire no later than the quote due date. It is the vendor's responsibility to ensure completed questionnaires are received by the Government on time. The Government may use sources other than those provided by the vendor for information regarding past performance. The Government will assign an overall rating to each vendor based upon review of their past performance. The following ratings will be used: RATING DEFINITION Neutral No relevant past performance available for this question. This is neither a negative or positive assessment. Superior Based on the vendor's past performance, essentially no doubt exists that the vendor will successfully perform the required effort. Satisfactory Based on the vendor's past performance, some doubt exists that the vendor will successfully perform the required effort. Unsatisfactory Based on the vendor's past performance, extreme doubt exists that the vendor will successfully perform the required effort. Service Contract Act - Labor Category (31043) The Service Contract Act (SCA) applies to this requirement. The SCA Directory, Fifth Edition, Occupational Index, page 3 indicates the service be performed as a "Driver Courier", Code 31043. The U.S Department of Labor Wage Determination 2005-2415 Revision 7, 10/05/2009, rates a 31043 position as making a wage of at least $13.97 per hour plus the applicable Occupational Benefits such as Health and Welfare, Vacation, and Holidays. Statement of Work (SOW) Scope of Work: Contractor shall furnish all labor, tools, materials, equipment, and supervision necessary to provide courier service as stated below. 1) Pick up locked bins containing files and/or mail at 1240 East 9th Street, Room 519, 5th Floor, Cleveland, OH 44199. Pickup will be made at the office approximately 7:15 am daily, Monday through Friday, except Federal holidays. Pickup will typically consist of 1-8 locked bins containing legal files and/or mail, weighing approximately 30-70 lbs. Courier service will obtain a signature at office verifying pickup or delivery of locked bins. 2) Bins are to be delivered to 801 West Superior Avenue, 7th Floor, Cleveland, OH 44113. Delivery will occur between 7:30 and 7:45 am and courier will at that time pickup 1-8 locked bins containing legal files, weighing approximately 30-70 lbs to be delivered back. Courier service will obtain a signature at office verifying pickup or delivery of locked bins. 3) The return bins are to be delivered to the Main OCC Cleveland Office located at 1240 East 9th Street, Room 519, 5th Floor, Cleveland, OH 44199 between 8:30 - 8:45 a.m.. Courier service will obtain a signature at office verifying pickup or delivery of locked bins. 4) Pick up and return drop off will occur in the a.m. of each day, Monday thru Friday, except Federal holidays. Courier Service will obtain a signature at office verifying pickup up or delivery of locked boxes. Invoicing: The vendor will invoice monthly in arrears. Invoices will be submitted to the ICE Burlington Finance Center for payment. Billing instructions will be included on the award document. Insurance and Bonding: By submission of an quote, the vendor certifies that their drivers shall maintain state required driver's licenses for courier services and that the firm shall maintain at least the minimum insurance liability requirements in the state of operations. The vendor shall also maintain Reconstruction Insurance to cover reconstruction of documents in case of loss or damage during transportation. Holidays: The following legal holidays are observed by ICE and there are no pickups or deliveries required: New Years Day Martin Luther King Day Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Note: Any holiday falling on a weekend may be observed on the Friday prior or the Monday following at the Agency's discretion. Some holidays will include more than one day. For those subsequent days, pick-ups/retrieval will not occur. Personnel: a. The Contractor shall provide a point of contact name to the Cleveland Office POC and the backup POC located in Detroit: CLEVELAND POC: Victoria Christian, Deputy Chief Counsel 1240 E 9th Street, Room 519 Cleveland, OH 44199 216-535-0520 DETROIT POC: Cassandra Kelley, Mission Support Specialist Detroit Chief Counsel Office Office: 313-568-6033 Desk: 313-446-4041 Cell: 313-461-2744 b. In the event the contractor encounters problems that may prevent them from completing the scheduled work, they shall immediately call the OPLA office at (214) 905-5538 or (214) 905-5532 or the Contracting Officer at (214) 905-5458. c. The contractor shall submit the required security clearance applications within two weeks of contract award. Contractor personnel shall be required to pass background checks as described below. A copy of the SF 85P, which will be required to process the background check, is attached for your information (Attachment 3) SECURITY REQUIREMENTS Only U.S. Citizens will be hired to work on this contract. Background checks as outlined below shall be accomplished prior to the first day of performance. Background checks shall be accomplished at no additional cost to the government. GENERAL The Department of Homeland Security (DHS) has determined that performance of the tasks as described in this future award requires that the Contractor, subcontractor(s), vendor(s), etc. (herein known as Contractor) have access to sensitive DHS information, and that the Contractor will adhere to the following. SUITABILITY DETERMINATION DHS shall have and exercise full control over granting, denying, withholding or terminating unescorted government facility and/or sensitive Government information access for Contractor employees, based upon the results of a background investigation. DHS may, as it deems appropriate, authorize and make a favorable entry on duty (EOD) decision based on preliminary security checks. The favorable EOD decision would allow the employees to commence work temporarily prior to the completion of the full investigation. The granting of a favorable EOD decision shall not be considered as assurance that a full employment suitability authorization will follow as a result thereof. The granting of a favorable EOD decision or a full employment suitability determination shall in no way prevent, preclude, or bar the withdrawal or termination of any such access by DHS, at any time during the term of the contract. No employee of the Contractor shall be allowed to EOD and/or access sensitive information or systems without a favorable EOD decision or suitability determination by the Office of Professional Responsibility, Personnel Security Unit (OPR-PSU). No employee of the Contractor shall be allowed unescorted access to a Government facility without a favorable EOD decision or suitability determination by the OPR-PSU. Contract employees assigned to the contract not needing access to sensitive DHS information or recurring access to DHS ' facilities will not be subject to security suitability screening. BACKGROUND INVESTIGATIONS Contract employees (to include applicants, temporaries, part-time and replacement employees) under the contract, needing access to sensitive information, shall undergo a position sensitivity analysis based on the duties each individual will perform on the contract. The results of the position sensitivity analysis shall identify the appropriate background investigation to be conducted. Background investigations will be processed through the Personnel Security Unit. Prospective Contractor employees with adequate security clearances issued by the Defense Industrial Security Clearance Office (DISCO) may not be required to submit complete security packages, as the clearance issued by DISCO may be accepted. Prospective Contractor employees without adequate security clearances issued by DISCO shall submit the following completed forms to the Personnel Security Unit through the COTR, within 5 days after award of the contract or 5 days prior to the expected entry on duty of any employees, whether a replacement, addition, subcontractor employee, or vendor: 1. Standard Form 85P, "Questionnaire for Public Trust Positions" Form will be submitted via e-QIP (electronic Questionnaires for Investigation Processing) (2 copies) 2. FD Form 258, "Fingerprint Card" (2 copies) 3. Foreign National Relatives or Associates Statement 4. DHS 11000-9, "Disclosure and Authorization Pertaining to Consumer Reports Pursuant to the Fair Credit Reporting Act" 5. Optional Form 306 Declaration for Federal Employment (applies to contractors as well) 6. Authorization for Release of Medical Information Required forms will be provided by DHS at the time of award of the contract. Only complete packages will be accepted by the OPR-PSU. Specific instructions on submission of packages will be provided upon award of the contract. Be advised that unless an applicant requiring access to sensitive information has resided in the US for three of the past five years, the Government may not be able to complete a satisfactory background investigation. In such cases, DHS retains the right to deem an applicant as ineligible due to insufficient background information. The use of Non-U.S. citizens, including Lawful Permanent Residents (LPRs), is not permitted in the performance of this contract for any position that involves access to, development of, or maintenance to any DHS IT system. CONTINUED ELIGIBILITY If a prospective employee is found to be ineligible for access to Government facilities or information, the COTR will advise the Contractor that the employee shall not continue to work or to be assigned to work under the contract. The OPR-PSU may require drug screening for probable cause at any time and/ or when the contractor independently identifies, circumstances where probable cause exists. The OPR-PSU may require reinvestigations when derogatory information is received and/or every 5 years. DHS reserves the right and prerogative to deny and/ or restrict the facility and information access of any Contractor employee whose actions are in conflict with the standards of conduct, 5 CFR 2635 and 5 CFR 3801, or whom DHS determines to present a risk of compromising sensitive Government information to which he or she would have access under this contract. The Contractor will report any adverse information coming to their attention concerning contract employees under the contract to the OPR-PSU through the COTR. Reports based on rumor or innuendo should not be made. The subsequent termination of employment of an employee does not obviate the requirement to submit this report. The report shall include the employees' name and social security number, along with the adverse information being reported. The OPR-PSU must be notified of all terminations/ resignations within five days of occurrence. The Contractor will return any expired DHS issued identification cards and building passes, or those of terminated employees to the COTR. If an identification card or building pass is not available to be returned, a report must be submitted to the COTR, referencing the pass or card number, name of individual to whom issued, the last known location and disposition of the pass or card. The COTR will return the identification cards and building passes to the responsible ID Unit. SECURITY MANAGEMENT The Contractor shall appoint a senior official to act as the Corporate Security Officer. The individual will interface with the OPR-PSU through the COTR on all security matters, to include physical, personnel, and protection of all Government information and data accessed by the Contractor. The COTR and the OPR-PSU shall have the right to inspect the procedures, methods, and facilities utilized by the Contractor in complying with the security requirements under this contract. Should the COTR determine that the Contractor is not complying with the security requirements of this contract; the Contractor will be informed in writing by the Contracting Officer of the proper action to be taken in order to effect compliance with such requirements. The following computer security requirements apply to both Department of Homeland Security (DHS) operations and to the former Immigration and Naturalization Service operations (FINS). These entities are hereafter referred to as the Department. INFORMATION TECHNOLOGY SECURITY CLEARANCE When sensitive government information is processed on Department telecommunications and automated information systems, the Contractor agrees to provide for the administrative control of sensitive data being processed and to adhere to the procedures governing such data as outlined in DHS IT Security Program Publication DHS MD 4300.Pub. or its replacement. Contractor personnel must have favorably adjudicated background investigations commensurate with the defined sensitivity level. Contractors who fail to comply with Department security policy are subject to having their access to Department IT systems and facilities terminated, whether or not the failure results in criminal prosecution. Any person who improperly discloses sensitive information is subject to criminal and civil penalties and sanctions under a variety of laws (e.g., Privacy Act). INFORMATION TECHNOLOGY SECURITY TRAINING AND OVERSIGHT All contractor employees using Department automated systems or processing Department sensitive data will be required to receive Security Awareness Training. This training will be provided by the appropriate component agency of DHS. Contractors who are involved with management, use, or operation of any IT systems that handle sensitive information within or under the supervision of the Department, shall receive periodic training at least annually in security awareness and accepted security practices and systems rules of behavior. Department contractors, with significant security responsibilities, shall receive specialized training specific to their security responsibilities annually. The level of training shall be commensurate with the individual's duties and responsibilities and is intended to promote a consistent understanding of the principles and concepts of telecommunications and IT systems security. All personnel who access Department information systems will be continually evaluated while performing these duties. Supervisors should be aware of any unusual or inappropriate behavior by personnel accessing systems. Any unauthorized access, sharing of passwords, or other questionable security procedures should be reported to the local Security Office or Information System Security Officer (ISSO). END OF SECURITY REQUIREMENTS CLAUSES AND PROVISIONS: The following provisions and clauses apply to this acquisition: Vendors shall include a completed copy of the provision at 52.212-3, Vendor Representations and Certifications -- Commercial Items, with its quote, as required. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 98) This contract incorporates one or more clauses by reference with the same force and effect as if they were given in their 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 address; http://www.arnet.gov/far. 52.212-1 Instructions to Vendors of Commercial Items 52.212-3 Vendor Representations and Certification-Commercial Items (ORCA) 52.212-4 Contract Terms and Conditions-Commercial Item (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders --Commercial Items The following additional clauses are applicable under 52.212-5(b): 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following additional clauses under FAR 52.212-5(c) are applicable: 52.222-41 Service Contract Act of 1965 (Nov 2007) See Department of Labor Wage Determination 2005-2509, Revision 9 (attached) 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Driver Courier $20.37 - $3.35 (End of Clause) 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 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 calendar days before the contract expires. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause) Economic Price Adjustment for Gasoline: The awarded prices for the option period line items, if exercised, shall be adjusted for increases/decreases in gasoline prices at time of exercise. (a) To the extent that contract cost increases/decreases are provided for by this economic price adjustment clause, the vendor warrants that the prices in this proposal for any option periods do not include any amount to protect against such contingent cost increases (no increases for gasoline prices included in the option periods). (b) The cost index, for the purpose of price adjustment under this clause, shall be the Bureau of Labor Statistics Consumer Price Index, Average Price per Gallon for Cleveland, Gasoline, unleaded regular, available at http://www.bls.gov/cpi/data.htm. (1) The Base Index, for the purposes of price adjustment under this clause, shall be $2.50, the most recent index published prior to the issue of this solicitation (rounded.5 and up, to the next higher number). This Base Index shall remain constant throughout the life of the contract, including all options. (2) The Adjusting Index shall be the most recent Index published on the date the Government provides the contractor preliminary written notice of its intent to exercise an option period. In the event the Bureau of Labor Statistics Consumer Price Index, Average Price per Gallon for Chicago, Gasoline, unleaded regular discontinues, or alters substantially, its method of calculating the Index cited herein, the parties shall mutually agree upon an appropriate substitute for determining the price adjustment described herein. (c) In preparation for exercise of an option period, the Contracting Officer shall apply the difference between the Base Index and the Adjusting Index to the option year prices by multiplying the increase/decrease times the number of gallons identified for each line item. Only the line items of the option year being exercised will be adjusted. (d) An example of an adjustment calculation is provided below for informational purposes only. For purposes of this example, assume that the contract price for the option period being exercised $2,000.00 per month, and includes costs for 200 gallons of gasoline. If the Base Index (the most recent index published prior to the issue of this solicitation) is $2.50 per gallon and Adjustment Index (the most recent Index published on the date the Government provides the contractor preliminary written notice of its intent to exercise an option period) is $2.65 per gallon, the calculations for contract price adjustment would be as follows: Adjusting Index $2.65 per gallon Minus the Base Index -$2.50 per gallon Equals increase (or decrease) to the Base Index $.15 increase Option Line Item gasoline quantity multiplied by increase (or decrease) 200 *.15 = $30.00 Option Line Item price adjusted by increase ( or decrease) $2,000.00 + $30.00 = $2,030.00 3 Attachments: 1. Pricing Schedule 2. Past Performance Questionnaire 3. SF 85P
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/HSCEMD-10-CourierCleveland/listing.html)
 
Place of Performance
Address: 1240 East 9th Street, Cleveland, Ohio, 44199, United States
Zip Code: 44199
 
Record
SN02093621-W 20100318/100316235248-d3be3c76e3fd89e3667e95440ba2a7d1 (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.