Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

R -- Courier Services for Travel adn Transportation Office - SOW and Pricing Schedule

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-11-R-0222-Cou
 
Point of Contact
JACQUELYN E. CONNELL, Phone: 202-231-4674, LAURA PASKMAN-SYMS, Phone: 202-231-5570
 
E-Mail Address
jacquelyn.connell2@dia.mil, laura.paskman-syms@dia.mil
(jacquelyn.connell2@dia.mil, laura.paskman-syms@dia.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum to FAR 52.212-1 and 52-212-2 SOW and Price Schedule 1. This combined synopsis/solicitation is issued as a Request for Proposals and any incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The Virginia Contracting Activity is seeking a Small Business to provide Courier Services to the Travel, Transportation Office of the Office for Engineering and Logistics Services, DIA. 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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. For purposes of this solicitation, applicable clauses and provisions are provided. Due to the detailed nature of the description for these services, the Statement of Work describing these services has been uploaded in this notice. 3. Offerors proposals submitted for this acquisition will be evaluated based on the evaluation criteria uploaded in this notice under Addendum documents. 4. This acquisition is a Set-Aside for Small Business. The NAICS code is 492110. Those small businesses submitting GSA Schedule pricing with their proposal must provide the GSA Schedule number, schedule information, terms and conditions. 5. The following clauses and provisions are applicable to this solicitation/synopsis: The clause at FAR 52.212-1, Instructions to Offerors-Commercial (Addenda to this clause are included). The clause at FAR 52.212-2, Evaluation-Commercial Items, (Addenda to this clause is included). The clause at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Other FAR/DFARS clauses (indicated by reference) applicable to this solicitation follow: FAR 52.217-8, 52,217-9, 52.219-1, 52.233-4, 52.252-1, DFARS 252.204-7000, 252.201-7000, 252.204-7003, 252.212-7001, 252.232-7010, 252.243-7001. 6. The clause at DFARS 252.212-7000- Offeror Representations and Certifications-Commercial Items, offerors are instructed to submit a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items with its proposal. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov and provide the copy obtained from the site. 7. This combined solicitation/synopsis is for acquisition of the following services: Courier Services. a. Description of requirements is as follows: Courier services will encompass delivery services, courier transport of executive personnel and for related administrative and project management support services. A qualified contractor is required to provide seven (7) couriers and two (2) on-site personnel, Project Manager and Administrative Assistant. Couriers will provide deliveries for travel/transportation office and transportation services when required for executives. The Statement of Work will provide further detail of this requirement. Period of Performance: Base Period: 27 September 2011-30 June 2012; Opt One: 1 July 2012-30 June 2013; Opt Two: 1 July 2013-30 June 2014; Opt Three: 1 July 2014-June 30 June 2015; Opt Four: 1 July 2015-30 June 2016. See Schedule for requirement line items uploaded with this notice. Offerors are instructed to complete all line items 0001-0015. 8. The offeror submitting a proposal resulting from this combined synopsis/solicitation must follow Addendum to 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005) and Addendum to 52.212-2 Evaluation-Commercial Items (Jan 1999). 9. Proposals are required to be received in the contracting office no later than 21 September 2011 by email submission as directed in the instructions. 10. Any questions regarding this solicitation should be directed to Jacquelyn Connell, Jacquelyn.connell2@dia.mil or Laura Paskman-Syms, laura.paskman.syms@dia.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-11-R-0222-Cou/listing.html)
 
Place of Performance
Address: Joint Base Anacostia Bolling, 200 MacDill Blvd., Bldg 6000, Washington, D.C. 20340, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02569860-W 20110911/110910000335-258d9de233e6f36613446987b174cc03 (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.