Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

W -- General Freight Trucking, Local - Package #1

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-11-T-0019
 
Archive Date
3/25/2011
 
Point of Contact
Jason M. Reedy, Phone: 804-734-8000 ext. 49815, Michael L Shaffer, Phone: 804-734-8000 EXT 8681
 
E-Mail Address
Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil
(Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ HDEC05-11-T-0019 - Attachment D - SOW.doc RFQ HDEC05-11-T-0019 - Attachment C - Offeror Reps and Certs.doc RFQ HDEC05-11-T-0019 - Attachment B - Terms and Conditions Full Text.doc RFQ HDEC05-11-T-0019 - Attachment A - Offer Submission.doc Combined Synopsis/Solicitation Notice SOLICITATION NUMBER HDEC05-11-T-0019 FOR DRY, REFRIGERATOR, & FREEZER TRAILERS For transportation Support at New Orleans NAS-JRB Solicitation Number: HDEC05-11-T-0019 Response Date: Tuesday, January 25, 2011, at 4:00 PM EST POC: Jason M. Reedy, Contract Specialist Phone: 804-734-8000, x49815 Fax: 804-734-8669 Place of Performance: New Orleans NAS-JRB Set Aside: 100% Small Business Classification Code: W FSC Code: W023 NAICS Code: 484110 Size Standard: $25,500,000.00 Description: General Freight Trucking, Local •i. This is a combined synopsis and solicitation for commercial services prepared in accordance with the format Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. The result contract type will be firm fixed price type contract. •ii. The solicitation number for this procurement is HDEC05-11-T-0019 and is issued as a Request for Quote (RFQ). •iii. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, DFARS Change Notice 20101229, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. •iv. This solicitation is set-aside 100% for small business. For information purposes, the Federal Supply Classification is W023, the North American Industry Classification systems (NAICS) code is 484110 ( General Freight Trucking, Local), which has a small business size standard of $25,500,000.00 per annum. •v. Contract Line Item Numbers (CLINS): CLIN 0001 One (1) Each Trailer, 53', freeze/chill, with tractor and driver to move "Chill" items in the morning hours (1 trip), and "Freeze" items in the afternoon (1 trip). Period of Performance: February 15, 2011 (See schedule at Attachment D). CLIN 0002 Two (2) Each Trailer, 53', dry, with tractors and drivers to move "Dry" items. Estimated two (2) trips per day per driver Period of Performance: February 17, 2011 (See schedule at Attachment D). CLIN 0003 One (1) Each (Estimated) Trailer, 53', dry, with tractors and drivers to move "Dry" items. Estimated two (2) trips per day per driver. ( The presence of this CLIN does not guarantee that the services described herein will be needed. A determination will be made by the Commissary main point of contact as to the necessity of the services for February 18, 2011. The determination shall be made and the contractor notified as soon as possible.) Period of Performance: February 18, 2011 (See schedule at Attachment D). CLIN 0004 Two (2) Each (Estimated) Trailer, 53', dry, with tractors and drivers to move various supply items. Up to (2) trips per trailer. The presence of this CLIN does not guarantee that two dry trailers will be needed. A determination will be made by the Commissary main point of contact as to the necessity of the use of either one (1) or two (2) trailers and tractors. Contractor will be notified as to the need of the second trailer no later than February 22, 2011. Period of Performance: February 24, 2011 (See schedule at Attachment D). CLIN 0005 (Option) One (1) Each Trailer, 53', chill, delivered on or about January 31, 2011 as coordinated with Commissary personnel. To be used for storage of meat product as needed during the estimated period of performance. Estimated Period of Performance: January 31, 2011 February 14, 2011 (See schedule at Attachment D). Dates represent an estimated timeframe in which trailer may be requested. •vi. Description of Requirements: The Defense Commissary Agency (DeCA) requires non-personal services of CDL licensed tractor-trailer operators as well as 53' freeze/chill and dry trailers and tractors to move commissary equipment, supplies and grocery items, meat, deli-bakery, and produce items in accordance with the Statement of Work (SOW) at Attachment D. •vii. The performance dates may vary and are from February 15, 2011 to February 24, 2011. •viii. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors - Commercial Items The following paragraphs are altered as follows: •a. North American Industry Classification System (NAICS) Code: 484110, " General Freight Trucking, Local" •b. Submission of Offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted on the form provided at Attachment A. As a minimum, offers must show (see Attachment A): (1) The solicitation number: HDEC05-11-T-0019; (2) The time specified in the solicitation for receipt of offers: Tuesday, January 25, 2011, 4:00 p.m. EST; (3) The name, address, point of contact, fax number, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price: Provide prices for the ordering periods for each service type as specified on Attachment A. Please note that proposals for all services must be provided to be considered for award; (6) "Remit to" address; (7) Offerors shall include a complete copy of the provision at FAR 52.212-3 (Alt 1), "OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)" (as applicable) with their offer. This requirement may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration (see Attachment C); (8) Signed acknowledgment of all Solicitation Amendments (if applicable); (9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; •(10) Offers shall be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into pdf format as one (1) document and emailed to jason.reedy@deca.mil. The following, or something similar, should be in the subject line for the email submittal: "Proposal from (company name) in response to RFP HDEC05-11-T-0019" (11) Past Performance Information: Offerors shall p rovide reference information, to include the name of the reference company, and contact information (phone number(s) and email address) of at least one (1) individual that can be asked to provide past performance information. References should represent previous work of similar scope to the requirements in this solicitation and should be current or prior customers (within the past 3 years). (12) Contractor Qualifications: Offerors shall show or describe that they meet the minimum contractor qualifications as outlined in the Performance Work Statement. (13) Completed provision at DFAR 252.212-7000. All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Jason M. Reedy, Contract Specialist at jason.reedy@deca.mil no later than Friday, January 21, 2011 at 1:00 p.m. EST. A consolidated list of questions and answers, if applicable, will be provided to all prospective offerors as appropriate. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. ix) Provision at 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) Addendum to 52.212-4501 (Evaluation-Commercial Items) (a) Initially the offers will be evaluated for responsiveness. In order to be considered responsive, the offeror must accept and meet all solicitation requirements. Any offeror deemed non-responsive may not be considered for award. (b) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest-priced, technically acceptable Offeror. The following factors shall be used to evaluate quotes: Technical ability to perform the required work in the specified time frame Past Performance Price The relative importance of the factors is: Technical ability, past performance and price are all of equal value. When combined, technical ability and past performance are approximately equal to price. A. Technical Ability: Technical ability will be determined by the quoter's ability to perform the work in the specified period of time. B. Past Performance: (i) Describe how work performed on prior contracts is relevant and similar to the proposed effort associated with this solicitation. This may include discussions of efforts accomplished by the quoter to resolve problems encountered on prior contracts as well as past efforts to identify and manage risk. (ii) Submit at least one (1) reference for contracts for the same or similar requirements. These contracts should be active or have been performed within the last three (3) years. The reference is to be provided as part of the quote submission and should include: -A general description of the services provided, -Time frame for accomplishing the requirement, -Name of the company to include complete address, phone number, and email address of a point of contact at the company that the government may use to inquire regarding your performance. If a company does not have relevant past performance, the reference shall be submitted for company key personnel with relevant experience with the same items identified above. The quoter shall be rated neither favorably nor unfavorably if neither the company nor key personnel have relevant past performance. C. Price: PRICE ANALYSIS WILL BE CONDUCTED BY THE CONTRACTING OFFICER TO DETERMINE PRICE REASONABLENESS BY: comparing the total of each line item submitted by the quoters to determine the lowest overall price. (1) General: Pricing is to include all charges for driver services, as well as costs associated with tractor/trailer use. (c) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for in the methodology described above for the base and option periods to determine the total evaluated price for the approved program requirements. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.212-4 (Contract Terms and Conditions - Commercials): The following paragraphs are amended or added: (c) Changes: The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (i) Payment: Payment will be made by a member of the DeCA Contracting Business Unit (CBU), using the individual's Government Purchase Card (GPC). •xi. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional clauses from paragraph "B" of clause 52.212-5 are also applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); 52.223-18, ENCOURAGE CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party. xii) In addition to the clauses stipulated above, the following clauses apply to this acquisition and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.223-4, Recovered Material Certification; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-12, Refrigeration Equipment and Air Conditioners; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 252.203-7002, Requirements RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 ALT A, Alternate A, Central Contractor Registration; 252.204-7008, EXPORT-CONTROLLED ITEMS; 252.243-7001, Pricing of Contract Modifications; 252.243-7003, PASS-THROUGH OF MOTOR CARRIER FUEL SURCHARGE ADJUSTMENTS TO THE COST BEARER. Contract Terms and Conditions apply to this acquisition shown in full text are listed below and can be found at Attachment B : 52.204-4500, INSTALLATION ACCESS REQUIREMENTS; 52.217-4501, (FAR 52.217-9) OPTION TO EXTEND THE TERM OF THE CONTRACT; 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES; 52.228-4500, LIABILITY TO THIRD PERSONS; 52.228-4501, VEHICLE OPERATION AND INSURANCE; 52.228-4502, OTHER INSURANCE REQUIREMENTS; 52.232-4503, REMIT TO ADDRESS; 52.233-4500, INDEPENDENT REVIEW OF AGENCY PROTESTS; 52.233-2, Service of Protest; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, CLAUSES INCORPORATED BY REFERENCE; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses; 52.212-3, Offeror Representations and Certifications -- Commercial Items (SEE ATTACHMENT C); 52.223-11, Ozone-Depleting Substances; 252.201-7000, Contracting Officer's Representative; 252.212-7000, o FFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (End of clause) xiii) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xiv) Proposals will be accepted in electronic format to Jason Reedy at jason.reedy@deca,mil, and must be received NO LATER THAN Tuesday, January 25, 2011 at 4:00 PM EST. xv) The points of contact for this solicitation are: Jason M. Reedy, Contract Specialist, at 804-734-8000, ext 49815 (jason.reedy@deca.mil), or Michael G. Shaffer, the Contracting Officer, 804-734-8000, ext 48681 (Michael.shaffer@deca.mil). WD 05-2233 (Rev.-13) was first posted on www.wdol.gov on 07/06/2010 ***************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2233 Shirley F. Ebbesen Division of | Revision No.: 13 Director Wage Determinations| Date Of Revision: 06/28/2010 _______________________________________|_____________________________________ State: Louisiana Area: Louisiana Parishes of Jefferson, Lafourche, Orleans, Plaquemines, Saint John The Baptist, St Bernard, St Charles, St Tammany, Terrebonne, Washington _____________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 31364 - Truckdriver, Tractor-Trailer 17.37 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.50 per hour or $140.00 per week or $606.67 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) IMPORTANT NOTICE Upon award of this contract, the Agency intends to publish the awardee's name, the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN), within the Agency's electronic reading room located @ www.commissaries.com. Unexercised option year prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the president's January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). Appropriate Wage determinations ATTACHMENTS A. Attachment A: RFQ HDEC05-11-T-0016 - OFFER SUBMISSION FORM B. Attachment B: RFQ HDEC05-11-T-0016 - CONTRACT TERMS & CONDITIONS IN FULL TEXT C. Attachment C: RFQ HDEC05-11-T-0016 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS (FAR 52.212-3) D. Attachment D: RFQ HDEC05-11-T-0016 - STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-11-T-0019/listing.html)
 
Place of Performance
Address: New Orleans NAS-JRB, United States
 
Record
SN02363341-W 20110122/110120234330-8eab5118fa4b4c3bd3a8085a91f7f9cd (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.