Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
MODIFICATION

V -- Re-issue: SURFACE (GROUND) TRANSPORTATION - Solicitation 1

Notice Date
3/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-12-R-0018-00001
 
Archive Date
3/30/2012
 
Point of Contact
ERICKA LANDRY, , Charles L Keeney, Phone: 202.406.6940
 
E-Mail Address
ERICKA.LANDRY@USSS.DHS.GOV, charles.keeney@usss.dhs.gov
(ERICKA.LANDRY@USSS.DHS.GOV, charles.keeney@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
EXAMPLE PRICING SPREADSHEET 1. This a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. 2. Solicitation HSSS01-12-R-0018-0001 is being re-issued as a request for proposal (RFP). This notice and the incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and the Homeland Security Federal Acquisition Regulation Supplement (HSARS). All responsible sources may submit a proposal. 3. This acquisition is associated North American Industry Classification System (NAICS) code is 484230 - Specialized Freight (except Used Goods) Trucking, Long-Distance with a small business size standard of $25,500,000.00. SEE ATTACHED PWS FOR SPECIFICATION/REQUIREMENT. Contract Line Items: Provide a quotation for contract line item(s) for a base year with four one-year option periods: transportation for the shipment of various ammunition types from the RTC Ammunition Center (Distribution Center) to various field offices in all of the continental United States (CONUS), with Air Transportation to Alaska, Hawaii, and Guam. Delivery: Various Field Offices in all (CONUS), with Air Transportation to Alaska, Hawaii, and Guam. Place of Performance: USSS RTC Maryland FOB: Destination, unless specified differently in the award the supplier is responsible for inspection and quality control requirements. CLIN 0001: surface (ground) transportation for ammunition (1.4s un0012) to USSS CONUS, with Air Transportation to Alaska, Hawaii, and Guam field offices. CLIN 0002: OPTION YEAR 1 Surface (ground) transportation for ammunition (1.4s un0012) to USSS CONUS, with Air Transportation to Alaska, Hawaii, and Guam field offices. CLIN 0003: OPTION YEAR 2 Surface (ground) transportation for ammunition (1.4s un0012) to USSS CONUS, with Air Transportation to Alaska, Hawaii, and Guam field offices. CLIN 0004: OPTION YEAR 3 Surface (ground) transportation for ammunition (1.4s un0012) to USSS CONUS, with Air Transportation to Alaska, Hawaii, and Guam field offices. CLIN 0005: OPTION YEAR 4 Surface (ground) transportation for ammunition (1.4s un0012) to USSS CONUS, with Air Transportation to Alaska, Hawaii, and Guam field offices. The offeror shall submit a pricing proposal in accordance with the submission requirements stated in 52.212-1 INSTRUCTION TO OFFERORS in the attached provisions and clauses. All pricing information shall be together in its separate Part III. 4. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. Proposals will be evaluated under the provisions of FAR Part 12, 52.212-2 Commercial Items-see modified provision, and FAR 15, Contracting by Negotiation. The responsible offerors must be registered in the Online Representations and Certifications (ORCA) database (available at: http://orca.bpn.gov/) system per FAR 52.212-3, and submit a completed copy of the Offeror Representations and Certifications - Commercial Items with their quote. Offerors must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR 52.212-1. Lack of registration in CCR will qualify contractor as ineligible for award. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm-Fixed Priced Blanket Purchase Agreement (BPA) resulting from this solicitation. 5. Quote Deadline. Offers are due Wednesday, March 15, 2012 10:00 a.m. Eastern Standard Time (EST). Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to Ms. Ericka Landry and copy Mr. Charles Keeney via email: Charles.Keeney@usss.dhs.gov. Offerors who fail to complete and submit quotes in accordance with the requirements above may be considered non-responsive. 6. Contact the following individual for information regarding this solicitation: Ericka Landry Contracting Specialist Ericka.Landry@usss.dhs.gov *E-mailed proposals are preferred; however, Facsimile proposals maybe accepted - Contact Contract Specialist for prior approval. 7. Number of Contracts to be awarded. The USSS intends to award to one contractor; however, reserves the right to not award a contract, as it is dependent upon the quality of the proposal/quote submitted and availability of funds. 8. Rejection of Unrealistic Offers. The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. 9. The transportation of Small Arms 1.4S ORMD UN0012 ammunition from 9200 Powder Mill Road, Laurel, Maryland 20708 to various USSS CONUS, Alaska, Hawaii, and Guam field offices shall be in compliance with all Federal, State, and Local Transportation regulations. The contractor shall be responsible for but not limited to loading pickup or unloading delivery inventories; obtaining all applicable permits; placing the required placards on the vehicle, properly segregating shipments/loads, preparing shipping documents, ensuring all emergency response equipment, personal protective equipment (PPE) and contact information is accessible to the driver, compliance with security requirements, and ensuring drivers and technicians loading the shipments are trained on the regulations and hazardous materials response in the event of an accident or natural disaster. 10. All shipments must be delivered in the original packing from the distribution center and be identified on the government-provided inventory. Only original labels that are completely labeled are acceptable; obliterated, damaged, or missing labels are not acceptable. The contractor shall provide all packing materials, equipment, transportation equipment and labor to load/unload and transport the identified ammunition in accordance with the U.S. Department of Transportation Pipeline and Hazardous Materials Safety Administration (PHMSA) regulations published under 49 CFR 171-178. 11. Acceptance shall be made at destination. 12. The Offeror shall submit a proposal to Ericka Landry. Simply submitting a propsal to Charles Keeney is not satisfactory. The offeror shall ensure my name is spelled correctly as erroneous submissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/HSSS01-12-R-0018-00001/listing.html)
 
Place of Performance
Address: Laurel, Maryland, United States
 
Record
SN02690023-W 20120308/120307120427-b3d2c871d542c3bf80561c532cfdd1ab (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.