Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

V -- Courier Services for San Diego, California Office of Principal Legal Advisor - Past Performance - Pricing Schedule

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Mission Support Orlando (OAQ-MR), Immigration & Customs Enforcement (ICE), Department of Homeland Security (DHS), 9411 Tradeport Dr., Orlando, Florida, 32827, United States
 
ZIP Code
32827
 
Solicitation Number
HSCEMR-10-P-COURIER-SAN-DIEGO
 
Point of Contact
Francis D. Sierra, Phone: (407816-4663, Madeline Celik, Phone: 407-816-4667
 
E-Mail Address
Francis.Sierra@DHS.gov, Madeline.celik@dhs.gov
(Francis.Sierra@DHS.gov, Madeline.celik@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Schedule Past Performance Questionaire 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, HSCEMR-10-COURIER-SAN-DIEGO is issued as a request for quotation (RFQ) for a Firm Fixed Price contract with economic price adjustment for local Courier Services in San Diego, California in accordance with the Statement of Work below. Quotes are due by 11:59 pm EST, July 28, 2010. Quotes shall be submitted via email only to Francis D. Sierra, Contract Specialist, Francis.Sierra@dhs.gov. Vendors are responsible for confirming receipt of their quote; recommend engaging your return receipt feature in your email. 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. For 52.217-8 Option to Extend Services, the rate proposed for the last option exercised will be used and multiplied for the extended period. 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 2005-2057 Revision 11, 06/15/2010, rates a 31043 position as making a wage of at least $13.59 per hour plus the applicable Occupational Benefits such as Health and Welfare, Vacation, and Holidays. Statement of Work (SOW) DEPARTMENT of HOMELAND SECURITY IMMIGRATION AND CUSTOMS ENFORCEMENT Organization: Department of Homeland Security Immigration and Customs Enforcement Office of the Principal Legal Advisor San Diego Chief Counsel Office Courier Services - May 2010 1. Background: The Office of the Principal Legal Advisor (OPLA) provides legal advice, and services required to support the ICE mission while defending the immigration laws of the United States in the administrative and Federal courts. Pursuant to section 442 of the Homeland Security Act, OPLA is the exclusive legal representative of ICE and the DHS legal component authorized to represent the government in all exclusion, deportation, and removal proceedings before the Executive Office of Immigration Review. As the legal representative of the U.S. Government at immigration court hearings, OPLA attorneys handle a variety of immigration-related issues that range from contested removals to custody determinations to applications for administrative relief. Most of the hearings involve criminal aliens, terrorists, and human rights abusers, among others. 2. Objective: San Diego Office of Chief Counsel (OCC) requires courier service to transport files and/or documents between the San Diego OCC (880 Front Street, Suite 2246) and the San Diego OCC (401 West A Street, Suite 850). The information being delivered has been deemed to be sensitive but not classified. 3. Description of Services: Courier services, once per day, Monday thru Friday (except on holidays listed below), as follows: a) Route, San Diego, CA: 1) Pick up locked bins at San Diego OCC (880 Front Street, Suite 2246, San Diego, CA 92101) not earlier than 2:45 PM. Pickup will typically consist of 1-8 locked bins weighing approximately 30-70 lbs each. 2) Deliver locked bins to San Diego OCC (401 West A Street, Suite 850, San Diego, CA 92101) NOT LATER THAN 3:00 PM same day. 3) Pickup locked bins at San Diego OCC (401 West A Street, Suite 850, San Diego, CA 92101) at the same time. Pickup will typically consist of 1-8 locked bins weighing approximately 30-70 lbs each. 4) Deliver locked bins to San Diego OCC (880 Front Street, Suite 2246, San Diego, CA 92101) NOT LATER THAN 3:30 PM same day. b) Courier Service will obtain an Official Government employee signature at each office verifying pickup and/or delivery of locked boxes. c) The courier shall not read or peruse through any materials/information being transported at any point during performance of the services. d) At the conclusion of the route, the courier will provide the San Diego OCC Point of Contact (POC) with the daily delivery receipts documenting all deliveries and/or pickups. The San Diego OCC POC will be identified on the award document. 4. Invoicing: The contractor will invoice monthly in arrears. Billing instructions will be included on the award document. 5. Insurance and Bonding: The contractor shall be appropriately insured and bonded according to commercial practices for couriers of legal documents, sensitive but unclassified information. The contractor shall maintain minimum insurance liability requirements in the state of operations for the services mentioned herein. 6. Holidays: The following legal holidays are observed by ICE and there are no pickups or deliveries required on dates of observance of these holidays: New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans' 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, pickups/deliveries will not occur. 7. PERSONNEL a. Upon award, the contractor shall provide a point of contact name and phone number to the San Diego OCC POC. b. In the event the contractor encounters problems that may prevent them from completing the scheduled work, must immediately notify the San Diego OCC POC. c. Contractor personnel shall be required to pass background checks as described below. d. During the performance of this duties, the contractor employee is required to wear proper identification from the company contracted under this contract. 8. SECURITY REQUIREMENTS; SENSITIVE/UNCLASSIFIED CONTRACTS Only U.S. Citizens will be authorized 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 Contactor employees without adequate security clearances issued by DISCO shall submit the following completed forms to the Personnel Security Unit through the COTR, no less than 5 days before the starting date 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 contract. Be advised that unless an applicant requiring access to sensitive information has resided in the US for the past 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 employee's 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, if issued, any expired DHS 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. 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: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Removed] __ (5) (i)52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (ii)Alternate I (OCT 1995) of 52.219-6. (iii)Alternate II (MAR 2004) of 52.219-6. __ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (ii)Alternate I (OCT 1995) of 52.219-7. (iii)Alternate II (MAR 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). __ (8) (i) 52.219-9, Small Business Subcontracting Plan (SEP 2006) (15 U.S.C. 637(d)(4)). (ii) Alternate I (OCT 2001) of 52.219-9.__ (iii) Alternate II (OCT 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15U.S.C. 637(d)(4)(F)(i)}. __ (11) (i)52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEP 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)Alternate I (JUNE 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (OCT 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004). __ (15) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). __ (16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). __ (17) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). __ (18) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). __ (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). __ (20) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). __ (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). __ (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). __ (23) (i)52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). (ii)Alternate I (AUG 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (24) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). __ (25) (i)52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169). (ii) Alternate I (JAN 2004) of 52.225-3. (iii) Alternate II (JAN 2004) of 52.225-3. __ (26) 52.225-5, Trade Agreements (NOV 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (27) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (28) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (29) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). __ (30) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (31) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (32) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). __ (33) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). __ (34) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). __ (35) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). __ (36) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (1) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (February 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 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 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 American Automobile Association (AAA) Daily Fuel Gauge Report, Current Price per Gallon for San Diego, California, unleaded regular, available at http://www.fuelgaugereport.com, as of July 14, 2010 (1) The Base Index, for the purposes of price adjustment under this clause, shall be $3.11, 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 AAA Daily Fuel Gauge Report Current Price per Gallon for San Diego, California 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 $3.50 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 $3.65 per gallon, the calculations for contract price adjustment would be as follows: Adjusting Index $3.65 per gallon Minus the Base Index -$3.50 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 SEE ATTACHMENTS FOR PRICE SCHEDULE AND PAST PERFORMANCE QUESTIONAIRE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56fef4930bce460751c659a13fb09bed)
 
Place of Performance
Address: San Diego OCC (880 Front Street, Suite 2246) and the San Diego OCC (401 West A Street, Suite 850)., San Diego, California, United States
 
Record
SN02205053-W 20100716/100714234523-56fef4930bce460751c659a13fb09bed (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.