Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

V -- Armored Car Services-CASA

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car Services
 
Contracting Office
NPS, SER - South MABO 33100 Tamiami Trail E Ochopee FL 34141 US
 
ZIP Code
00000
 
Solicitation Number
140P5418Q0012
 
Response Due
3/30/2018
 
Archive Date
4/14/2018
 
Point of Contact
Stefanos, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5418Q0012 Posted Date: 07 Mar 18 Original Response Date: 30 Mar 18 Current Response Date: 30 Mar 18 Product or Service Code: V127 (Security Vehicle Services) Set Aside: Total Small Business NAICS Code: 561613 (Armored Car Services) Contracting Office Address NPS, SER - South MABO 33100 Tamiami Trail E Ochopee, FL 34141 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, ¿Streamlined Procedures for Evaluation and Solicitation for Commercial Items, ¿ as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, Effective 01 January 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 561613, with a small business size standard of $20,500,000.00. The South Major Acquisition Buying Office (MABO) in, is seeking to procure armored car services in support of the recreation fee collection program within the Castillo de San Marcos National Monument. Contractor shall provide all labor, supervision, licenses, tools, transportation and equipment necessary to needed to provide armored car collections services to safely and securely transfer federal receipts funds in accordance with Federal, State, County, and City laws, codes, as well as any Other Bureau/Agency policies. Transportation of US Government funds will be same-day and secured within the confines of an armored vehicle. Collections will occur once every weekday unless a federal holiday falls on a weekday. NPS personnel will have the option to cancel a deposit pick-up with twenty four (24) hour notice. Contractor shall transport currency, coin, and check that will be sealed or locked. Contractor will provide written receipt of funds and receive physical custody of shipment. Once shipment is in the physical custody of contractor they assume liability for shipment. The responsibility is terminated when the shipment is received and signed for by Wells Fargo Bank. Each package will be logged by NPS personnel recording the date, the unique identifier of sealed package and both the contractor and NPS personnel will verify entry and transfer of package with their signatures. Deposit shipment amounts and number of bags will vary depending on time of year. Shipments can range from 1-10 bags with value ranging $5,000 to $100,000. If shipment is impossible to deliver to Wells Fargo Bank once in the contractor ¿s custody, the contractor will remain responsible for the shipment until it is returned and signed for by the NPS. Contractor is not liable for any loss caused by or resulting from shortage claimed in the contents of the sealed or locked shipments. A ¿shortage ¿ shall mean any difference between the stated value on the Deposit Ticket and the actual value of the contents of any sealed shipment container. Occasionally, the park needs ¿change delivery ¿. Currently when the staff needs change (smaller bills) they will request that from Wells Fargo. Park staff will send to the bank $2,000.00 in mixed denominations and will receive $2000 in 10 ¿s from the bank. They are changing their big bills to small bills. The contractor shall come into the fee office, retrieve the change fund order and then return with the change in smaller bills the next service day. Armored car officers will be certified to carry firearms and trained according to industry standards for armored car officers. All contractor employees must have passed appropriate background investigations and possess Florida State driver ¿s license. Contractor employees shall wear uniforms and picture identification badges. The contractor shall contact the Fee and Revenue Management office at 904-829-6506 if road conditions or natural disasters prevent travel for scheduled pick-ups. Vehicles used in the performance of this contract shall be registered and meet all minimum vehicle requirements as mandate by the State of Florida. The term of the contract will be 1 base year and includes 4 option years. All interested companies shall provide a quote for the following: Services Line Item Description Qty Price Item 10: Base Year (May 1, 2018-Apr 30, 2019) 12 mos =$ _____________ Item 20: Option Yr 1 (May 1, 2019-Apr 30, 2020) 12 mos =$ _____________ Item 30: Option Yr 2 (May 1, 2020-Apr 30, 2021) 12 mos =$ _____________ Item 40: Option Yr 3 (May 1, 2021-Apr 30, 2022) 12 mos =$ _____________ Item 50: Option Yr 4 (May 1, 2022-Apr 30, 2023) 12 mos =$ _____________ TOTAL $ _____________ The delivery period of performance is expected to be 05/01/2018 through 04/30/2023 if all option years are exercised. Place of Performance: The contractor shall be required to pick up funds at Castillo de San Marcos National Monument, 1 South Castillo Drive, St. Augustine, FL 32084 and then be transported to a Treasury mandated Treasury General Account (TGA) at Wells Fargo Bank, 42 Avenida Menendez, St. Augustine, FL 32084. 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, ¿Instructions to Offerors ¿Commercial Items ¿ (Jan 2017) 2. FAR 52.212-2, ¿Evaluation ¿ Commercial Items ¿ (Jan 2017) 3. FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items ¿ (Jan 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items. ¿ If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, ¿Contract Terms and Conditions ¿Commercial Items ¿ (Jan 2017) -FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ (Jan 2017) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) 52.217-5 Evaluation of Options. (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered and delivery date. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause) All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time (by 10am ET on March 30, 2018). This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10am ET on Mar 30, 2018 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on Mar 19, 2018 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P5418Q0012/listing.html)
 
Place of Performance
Address: Castillo de San Marcos NM 1 South Castillo Drive St. Augustine FL 32084 USA
Zip Code: 32084
 
Record
SN04845808-W 20180309/180307231405-272041afc49295b362e902216354b801 (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.