Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

W -- General Freight Trucking, Local - Attachments

Notice Date
4/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
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-0057
 
Archive Date
6/28/2011
 
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
N/A
 
Description
Attachment D: Attachment C: Attachment B: Attachment A: COMBINEDd Synopsis/Solicitation Number HDEC05-11-T-0057, For BOX TRUCK LEASE FOR FORT GILLEM, GA Solicitation Number: HDEC05-11-T-0057 Response Date: Thursday, April 28, 2011, at 4:00 PM EDT POC: Jason M. Reedy, Contract Specialist Phone: 804-734-8000, x49815 Fax: 804-734-8669 Place of Performance: Fort Gillem, GA Set Aside: Unrestricted Classification Code: W FSC Code: W023 NAICS Code: 532120 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. A Single award is anticipated. The resultant contract will be a fixed price purchase order. •ii. The solicitation number for this procurement is HDEC05-11-T-0057 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) 2005-49, DFARS Change Notice 20110202, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. •iv. This solicitation is unrestricted. For information purposes, the Federal Supply Classification is W023, the North American Industry Classification systems (NAICS) code is 532120 (Truck, Utility Trailer, and RV Rental and Leasing which has a small business size standard of $25,500,000.00 per annum. •v. Contract Line Item Numbers (CLINS): CLIN 0001 Truck, Box, Non-CDL, Rental One (1) each Box Truck, 24' or 26' in length, with Roll-up Doors, Flat Floor (no ribs), and must be Lockable (using a DeCA furnished padlock). Estimated mileage during the three month period is 11,000. Invoicing shall include only actual miles driven. Delivery of truck shall be completed prior to 12:00 noon on May 16, 2011 to the delivery location. Pick up of truck shall occur no later than 12:00 noon on August 15, 2011. Contractor shall coordinate with Store Point of Contact for specific delivery times. Period of Performance: May 16, 2011 to August 15, 2011 Delivery Location: Fort Gillem Commissary 4598 N 3rd Street Forest Park, GA 30297-5125 Store Point of Contact: Susan Edmonds, Store Director Phone: 404-469-5405 DSN: 797-5405 Email: Susan.Edmonds2@deca.mil vi. Description of Requirements: The Defense Commissary Agency (DeCA) requires non-personal services of a non-CDL box truck for use by Fort Gillem Commissary personnel in accordance with the Statement of Work (SOW) at Attachment D. The purpose of this box truck is for the movement of various items from the Fort Gillem Commissary to other various commissary locations within the state of Georgia. vii. 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: 532120 •b. Submission of Quotes: Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes 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-0057; (2) The time specified in the solicitation for receipt of offers: Thursday, April 28, 2011, 4:00 p.m. EDT; (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-0057" (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, April 22, 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. viii) 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 quotes will be evaluated for responsiveness. In order to be considered responsive, the quoter must accept and meet all solicitation requirements. Any quoter deemed non-responsive may not be considered for award. (b) The Government intends to make more than one award and compete each of the delivery orders among the awardees. A single award will be made to the responsible quoter 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 quoter. The following factors shall be used to evaluate quotes: Price Technical The relative importance of the factors is: Technical is approximately equal to price. A. Technical: (i) Provide a brief description of the equipment that will be provided to fulfill the requirements described in CLIN 0001. B. Price: PRICE ANALYSIS WILL BE CONDUCTED BY THE CONTRACTING OFFICER TO DETERMINE PRICE REASONABLENESS BY: (1) General: Pricing is to include pickup and deliver charges if applicable, lease amount, and estimated mileage (11,000 miles). Pricing detail must include a per mile mileage rate and a daily rental rate. Daily rental rate shall be used only in the case that the equipment is no longer needed prior to August 15, 2011. This rate should equal the total rental cost divided by 92 (the number of days between and including May 16, 2011 to August 15, 2011). In the case that the requiring store no longer needs the truck past a certain date, the number of remaining days will be multiplied by this amount and subtracted from the total quoted rental cost. (c) 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. ix) 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). x) 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: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 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. xi) 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; 52.223-10, waste reduction program; 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; 252.232-7010, levies on contract payments; 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; 52.212-3, Offeror Representations and Certifications -- Commercial Items (SEE ATTACHMENT C); 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; 52.233-4500, INDEPENDENT REVIEW OF AGENCY PROTESTS; 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; 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; 252.247-7023, tRANSPORTATION OF SUPPLIES BY SEA (aLT III). (End of clause) xii) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xiii) Proposals will be accepted in electronic format, emailed to Jason Reedy at jason.reedy@deca,mil, and must be received NO LATER THAN Thursday, April 28, 2011 at 4:00 PM EDT. xiv) 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). 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). ATTACHMENTS A. Attachment A: RFQ HDEC05-11- P-0057 - OFFER SUBMISSION FORM B. Attachment B: RFQ HDEC05-11- P-0057 - CONTRACT TERMS & CONDITIONS IN FULL TEXT C. Attachment C: RFQ HDEC05-11- P-0057 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS (FAR 52.212-3) D. Attachment D: RFQ HDEC05-11- P-0057 - STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-11-T-0057/listing.html)
 
Place of Performance
Address: Fort Gillem Commissary, 4598 N 3rd Street, Forest Park, GA 30297-5125, Forest Park, Georgia, 30297-5125, United States
Zip Code: 30297-5125
 
Record
SN02428165-W 20110421/110419234957-e81ff5d1cd396deba0c90a23b79288dc (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.