Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

99 -- Armored Car ServiceNAICS Code 561613

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - SEKI Sequoia/Kings Canyon NP Ash Mountain Supply Center47050 Generals Hiway Three Rivers CA 93271
 
ZIP Code
93271
 
Solicitation Number
Q8557100004
 
Response Due
9/22/2010
 
Archive Date
9/9/2011
 
Point of Contact
Katherine H. Hoover Contract Specialist 5595653180 katie_hoover@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is Q8557100004 and is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated March 23, 2010. This solicitation is full and open to the public. The North American Standard Industrial Classifications System Code is 561613 and the small business size is $12.5 million. One base year and four option years is being solicited. STATEMENT OF WORKARMORED CAR SERVICE 1.SCOPE OF WORK: The contractor shall provide personnel, supervision, transportation (armored car vehicles), and labor (armed professional guards), and other items and services necessary to perform the driving, pick-up and delivery of cash and other monetary documents (i.e. checks, change orders, etc.) from the location (s) specified. The contractor shall perform to the standards and specifications in the contract. 2. SCHEDULE OF SERVICES: The contractor is required to provide service at either Ash Mountain Entrance Station or the Central Fee Office located at Headquarters in Ash Mountain (1 mile within the park boundary). Ash Mountain is approximately 35 miles east of Visalia CA on Hwy 198 and less than two miles beyond the entrance station to the Park. The Government reserves the right to cancel or adjust scheduled trips without penalty by notifying the Contractor the day prior to scheduled service. Address is:Sequoia and Kings Canyon National Parks47050 Generals HighwayThree Rivers, CA 93271 MonthNumber of Pickups per weekJanuary3February3March4April4May5June7July7August7September7October5November3December3 Pickups from either office must occur between 8:00 a.m. and 4:00 p.m. Monies picked up from the Ash Mountain Entrance Station and/or Central Fee Office, Administration building will be transported to Bank of America Cash Vault located in Bakersfield, CA. If additional runs are requested by the government, an additional fee may be assessed by the Contractor. Contract Line ItemsCLIN 0001: 1 Lump Sum; Base Bid - 2010 Armored Car Service - October 01, 2010 to December 31, 2010CLIN 0002: 1 Lump Sum; Option Year 1 - 2011 Armored Car Service - January 01, 2011 to December 31, 2011.CLIN 0003: 1 Lump Sum; Option Year 2 - 2012 Armored Car Service - January 01, 2012 to December 31, 2012.CLIN 0004: 1 Lump Sum; Option Year 3 - 2013 Armored Car Service - January 01, 2013 to December 31, 2013.CLIN 0005: 1 Lump Sum; Option Year 4 - 2012 Armored Car Service - January 01, 2014 to December 31, 2014. Bid Schedule The base bid and all options must be filled out for the quote to be considered complete. -- BASE BID: 2010 Armored Car Service $___________/ lump sum--OPTION 1: 2011 Armored Car Service $__________/ lump sum --OPTION 2: 2012 Armored Car Service $__________/ lump sum--OPTION 3: 2013 Armored Car Service $__________/ lump sum--OPTION 4: 2014 Armored Car Service $__________/ lump sum--Total (base year and all option years) $__________/lump sum Three Past Performance References must be submitted with price quote. The project contact person for this procurement is Katie Hoover, Contracting Specialist, 559-565-3180 Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acquisition.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERERORS-COMMERCIAL ITEMS;52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance;52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.212-3 must be submitted with the bid / offer, or you can register your reps and certs online at http://orca.bpn.gov;52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition;52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including, 52.233-3 Protests after award, and 52.333-4 Applicable Law for Breach of Contract Claim, and the following paragraph (b) clauses added:52.217-08, 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 before the contract expires.52217-09, OPTION TO EXTEND THE TERM OF THE CONTRACT (March 2000), The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.222-3 Convict Labor,52.222-19 Child Labor - Cooperation with Authorities and Remedies,52.222-21 Prohibition of Segregated Facilities (Feb 1999),52.222-26 Equal Opportunity (E.O. 11246),52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era,52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1;52.225-13 Restrictions on Certain Foreign Purchases,52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration.Service Contract Act Wage Rates apply, Wage Determination Number 2005-2073, Revision No. 13, dated 07/26/2010 VENDOR EVALUATION:The government will evaluate the quotations based on overall price, meeting the stated requirements and past performance. QUOTES ARE DUE:Quotes are due for this combined synopsis/solicitation on September 22, 2010 at 4:00pm Pacific Standard Time and shall be delivered by the specified time to the National Park Service, Sequoia and Kings Canyon National Parks, 47050 Generals Hwy, Three Rivers, CA 93271, ATTN: Contracting Office: RFQ #Q8557100004. Facsimile Quotations are acceptable with all required documentation at 559-565-3700. No oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone, fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company official. Quoters are required to be registered at www.ccr.gov. All questions regarding this solicitation should be directed to Katie Hoover at 559-565-3180. Email questions are acceptable to Katie_hoover@nps.gov. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8557100004/listing.html)
 
Place of Performance
Address: Sequoia and Kings Canyon National ParksTulare County, CA
Zip Code: 93271
 
Record
SN02274176-W 20100911/100909235153-3760e0c64f394cfeedcfc9e81afc328d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.