Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
MODIFICATION

V -- Freight Transportation Services - Amendment 1

Notice Date
3/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
RFQ-10-0254
 
Archive Date
4/17/2010
 
Point of Contact
Raina Baker, Phone: 202-874-2132
 
E-Mail Address
raina.baker@bep.gov
(raina.baker@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Freight Transportation Services Q&A I. OVERVIEW: AMENDMENT #3 RESPONDS TO QUESTIONS RECEIVED IN RESPONSE TO THE SOLICITATION. This requirement is a 100% Small Businesses set-aside under NAICS code 484121 & 484122. Only qualified offerors under both NAICS code may submit a response. II. REQUIREMENT: The Bureau of Engraving and Printing (BEP) has a requirement for Less than Truck Load(LTL) and Truck Load (TL) freight transportation services to ship a variety of non secure products from its Washington, DC facility to various locations throughout the USA. The contractor will provide all personnel, vehicles, tools, materials, supervision, maintenance and other items and services necessary to perform LTL and TL freight transportation services for BEP's non-security products on an as needed basis. All work outlined below shall be performed in accordance with Federal, State and Local regulations. The contractor shall provide freight transportation services within 24 hours of the initial request from the BEP's Washington, DC Facility to the designated location within the USA.. The contractor shall ensure that a tractor/trailer is provided with dimensions not exceeding 42 feet in length nor exceeding (12) feet and six (6) inches in height when empty. The vehicle must be safe for a forklift to enter and unload materials. The vehicle must be adequately equipped with dual tandem and adjustable rear wheels and be able to transport a full load of pallets weighing up to 44.000 pounds maximum (ranging between 1500 pounds to 4,000 pounds per pallet, each pallet ranging between 40"-48 X 40"-48). Vehicles shall have dual leaf rear entry doors. At the request of the BEP, the contractor shall provide a flatbed truck for transporting. III. RESPONSE INFORMATION: Offerors shall provide the following in response to this solicitation: a) Past Performance - Offerors shall only submit information pertaining to the Offeror's performance of services that are similar in size, scope and/or complexity to the requirement stated herein. Past Performance can include current or previous contracts or agreements entered into and with the Federal Government, Agencies of state and local Government and/or commercial customers. Past performance shall not exceed five (5) pages in length. The BEP reserves the right to use all information available to it and reserves the right to obtain additional past performance information from sources other than those provided by the Offeror. In addition, the BEP reserves the right to contact all references provided by the Offeror or any additional parties it has or deems necessary in order to verify and/or obtain additional past performance information. Any additional information obtained will be incorporated into the evaluation of the Offeror's offer. Offerors shall limit past performance to the past three (3) years and include the following information, at a minimum, for each reference provided: (1) Name of customer. (2) Agreement/Contract type. (3) Total Agreement/Contract value. (4) Period of performance, including all option periods as well as indication what the current period of performance is. (5) Contracting Officer or a Project Manager/Technical point of contact including contact information such as name, title, phone number and email address. (6) A brief description of services that highlights how this service is similar in size, scope and/or complexity of this requirement as well as discusses the Offeror's overall commitment to customer satisfaction and successful performance in the timely performance of such services through overall, quality of work and timely performance. b) Technical Capability - Offerors shall provide the number and types of vehicles within their fleet, location of business and fleet, and response time for pickup. If the Offeror's approach involves a joint venture, teaming arrangement, or subcontracting arrangement then the specific tasks to be performed by that company's shall be clearly indicated. c) Insurance - Offerors shall provide proof of insurance as required by the Department of Transportation as well as Local and State Requirements. d) Pricing Scenario - Offerors shall provide a price based on 2 separate Less Than Truckload (LTL) shipments of non secure products with a weight of 5,000 lbs and 10,000lbs using the stated mileage to the each of the destinations below. The price to ship to each specified destination shall include any and all necessary accessorial costs, if applicable to perform the shipment. The example is strictly for illustration, pricing and proposal evaluation purposes. This example is not representative of any or all potential shipment destination and sizes. Therefore, offerors shall specify any assumptions that were included in response to the pricing scenario (pallets, skids etc)... Washington, DC to Fort Worth, Texas: 1367.7 miles Washington, DC to Patterson, New Jersey: 232.4 miles Washington, DC to Montclair, California: 2639.1 miles IV. QUESTIONS DEADLINE: All questions are to be submitted either via email to the Contract Specialist, Raina Baker at Raina.Baker@bep.gov or via fax at 202-874-2200 no later than 2:00 P.M. EST March 23, 2010. V. DUE DATE: Responses to this solicitation shall be submitted to the attention of the Contract Specialist listed herein no later than 3:00 P.M. EST April 2, 2010 2010 via e-mail at Raina.Baker@bep.gov or via fax at (202)-874-2200. Solicitation telephone requests will not be honored. VI. EVALUATION & AWARD: The BEP anticipates issuing multiple BPA awards valued up to $500,000.00 over (5) five years. This is an estimate and does not guarantee a specific amount and/or quantity of shipments. Interested vendors are encouraged to respond to the Contracting Specialist with the required information specified in Section III of the solicitation. The Government will award a single or multiple Blanket Purchase Agreement(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate offers: past performance, technical capability, insurance requirements and pricing scenario. VII. PROVISION & CLAUSES: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.222-22 Previous Contracts and Compliance Reports; 52.247-12 Supervision, Labor, or Materials; 52.247-17 Charges; 52-247-21 Contractor Liability for Personal Injury and/or Property Damage; 52.247-22 Contractor Liability for Loss of and/or Damage to Freight other than Household Goods. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222.36 Affirmative Action for workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. VIII. OTHER TERMS AND CONDITIONS: 1. Invoice and Payment Instructions: The Internet Payment Platform (IPP) is the BEP's preferred method for submitting invoices for payment. Contractors shall contact the below for more information on the IPP program, including enrollment: IPP Customer Support Desk (866) 973-3131 IPPgroup@bos.frb.org A copy of the invoice is to be submitted to the COTR listed herein. If unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: The Contractor shall submit invoices to the designated payment office below along with one (1) copy to the COTR listed herein. The BEP designated payment office is; U.S. Department of the Treasury Bureau of Engraving and Printing Office of Financial Management Accounting Division, Room 302-34A 14th and C Streets, S.W. Washington, D.C. 20228-0001 2. Transportation Information: 2.1 BEP's Washington, DC facility: Items that need to be delivered or picked up from the BEP's Washington, DC facility shall utilize the following address: The Bureau of Engraving and Printing Annex Building Shipping and Receiving D Street, Between 13th and 14th Streets, S. W. Washington, D. C. 20228-001 Receiving hours for deliveries are 8:00 a.m. to 2:15 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP year-end shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the BEP appointment line at (202) 874-2333 at least twenty-four (24) hours in advance to schedule approximate delivery times. The appointment line is staffed from 8:30 am to 2:30 pm. Monday through Friday. A voice mail message maybe left after normal working hours. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery *Note the following loading dock limitations for deliveries or pickups made to Washington D.C.: Over the road vehicles having an overall height exceeding 12'6" (3.8 meters) empty, or an overall length exceeding 42' (12.8 meters) cannot be accommodated at the receiving platform. 3. Point of Contact Information: 3.1 Government Point of Contact/Contracting Technical Officer Representative (COTR); Name: To be completed upon award Address: Bureau of Engraving and Printing 14th & C. Streets, S.W. Washington, DC 20228 Phone: To be completed upon award 3.2 Contractor Point of Contact: The Contractor shall provide the Government a point of contact along with a back-up point of contract for the duration of this effort. They shall be responsible for all matters in regards to this effort. 4. Scheduling/Ordering Information: 4.1 Shipment requests will be made over the phone by authorized personnel only. Upon request, contractors shall provide their availability and price to provide the required freight transportation services. Award shall be made to the BPA holder who is able to provide the required services within the designated time at the lowest price. 4.2 Restrictions and guidelines of destinations will be provided at the initial request for shipment. 4.3 The contractor shall provide the requested freight transportation services within 24 hours of the request. The individuals who are authorized to schedule freight transportation services are: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0254/listing.html)
 
Place of Performance
Address: 14th & C Street SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02107395-W 20100401/100330235859-89565f2d1fbaada3675b250ffe1e2717 (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.