Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1999 PSA#2342

Department of Defense, OSD/WHS, Real Estate and Facilities Directorate, Support Service Division, Procurement Branch, Room 3C345 Pentagon, Washington, DC 20301-1155

R -- COURIER & MESSENGER SERVICES SOL MDA94699T0552 DUE 052099 POC Alvina Woodson, Contract Specialist 703-695-4905; Donna Truesdel, Contracting Officer 703-695-4905, Facsimile 703-693-6807 (i) This is 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 quotations are being requested and a written solicitation will not be issued. (ii) This solicitation, MDA94699T0552 is a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 97-11, Volume 64, Number 42, dated March 04, 1999. (iv) The applicable Standard Industrial Code is 7389, the corresponding size standard is $5.0M. This procurement is not covered by the Small Bus Competitiveness Demonstrative Program. (v)A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable).SEE THE NEXT ITEMS FOR CLINS/DESCRIPTION & DELIVERABLE UPON EXERCISE OF OPTION (S). Contract Line Item Number (CLIN): 0001 -- BASE YEAR; MONTHLY SERVICE FEE FOR THE PERFORMANCE OF DUTIES CITED IN THE REQUIREMENT DECRIPTIONS. (CLIN) 0002 -- OPTION YEAR I; -- MONTHLY SERVICE FEE FOR THE PERFORMANCE OF DUTIES CITED IN THE REQUIREMENT DECRIPTIONS. (CLIN) 0003 -- OPTION YEAR II; -- MONTHLY SERVICE FEE FOR THE PERFORMANCE OF DUTIES CITED IN THE REQUIREMENT DECRIPTIONS. (CLIN) 0004 -- OPTION YEAR III; -- MONTHLY SERVICE FEE FOR THE PERFORMANCE OF DUTIES CITED IN THE REQUIREMENT DECRIPTIONS. Include a "rate sheet" that cites no less than the following rate information: REGULAR SERVICE, RUSH SERVICE, PRIORITY SERVICE, MILEAGE, WAITING TME, WEIGHT CHARGES, NIGHT MINIMUM, WEEKEND MINIMUM, HOLIDAY MINIMUM, INCLEMENT WEATHER. (iv) DESCRIPTION OF REQUIREMENT/STATEMENT OF WORK: DIRECTORATE FOR INFORMATION OPERATIONS AND REPORTS -- MESSENGER/MAIL SERVICE: (1.) GENERAL -- The contractor shall provide all labor, materials, equipment, transportation, designated back up personnel, and supervision required for twice-daily messenger/mail service for the Directorate for Information Operations and Reports (DIOR). DIOR has two locations: 1225 Jefferson Davis Highway, (Crystal Gateway 2) Suite 504 and 1215 Jefferson Davis Highway, (Crystal Gateway 3) Suite 1204, Arlington, VA 22202. Service shall be provided twice daily, Monday through Friday (except on Government holidays) between the two DIOR locations and the Pentagon. Individual contractor employees (primary and alternate) must have skills necessary to interface in professional office environments and perform the functions stated herein. Shuttle bus service is available between the Crystal City offices and the Pentagon at no cost. (2.) GOVERNMENT RESPONSIBILITIES: Building Passes: The Government shall conduct necessary background checks, and issue building passes for the primary and alternate contractor employees. The Government shall provide initial training by providing a representative to go with the contractor's employee for the first three days of service. (3.) CONTRACTOR RESPONSIBILITIES: Service: Pick up and deliver mail, packages, and supplies weighing up to 40 pounds between the various locations identified by the schedule at Section 6. Provide copies of insurance and licenses to the Contracting Officer prior to award of contract. Contractor employee shall be equipped with contractor furnished cellular phone, and shall immediately notify the Contracting Officer's Representative (COR) of delays relating to the daily schedule. (4.) ADMINISTRATION: The Contracting Officer Representative (COR) shall be appointed in writing by the Contracting Officer. A letter of delegation shall be forwarded to the contractor identifying the responsibilities of the COR. The Contractor shall be provided a list of DIOR Points of Contact (POC's). The contractor shall direct any questions while executing the deliveries to the COR or any of the DIOR POC's. (5.) SCHEDULE OF SERVICE: Morning service shall begin at 8:45a.m. and afternoon services shall begin at 1:45 p.m. It is the Government's experience that each run takes approximately one and one-half hours (based on 9 years experience by Government employees providing the service and using the shuttle bus). (6.) ROUTE: Service begins and ends at the Crystal Gateway locations (see addresses in Section 1). STOP #1: CG-2, Room 504, -- Pick up all outgoing items. STOP #2: CG-3, Room 1204, -- Pick up all outgoing items. STOP #3: Room 3B269, Pentagon, Budget & Finance (B&F). [a.] Delivery shall be made to specified B&F representative. (A current list of authorized representatives will be provided at the time of contract award, and will be kept up-to-date by the Contracting Officer's Representative.) [b.] Contractor employee must wait for B&F representative to sign the documents being delivered. [c.] B&F representative will furnish original signed copy of each document to be delivered at next stop. [d.] Contractor employee will pick up mail from the B&F representative and from the DIOR Systems and Services (S&S) mailbox,and carry to the last stop, CG2, Room 504. STOP #4: Room 1B873, Pentagon, DSSW, Contracting Office. [a.] Deliver documents to the Contracting Officer (A current list of authorized representatives will be provided at the time of contract award, and will be kept up to date by the Contracting Officer's Representative.) [b.] Contractor employee must secure signature from the Contracting Officer on the S&S Transmittal sheet listing each requisitioning document delivered. [c.] Contractor employee must pick up documents to be carried back to last stop, CG-2, Room 504. There will be a DSS-W Transmittal sheet, prepared by DSS-W, listing each award document. [c1.] Contractor employee will compare documents attached to the DSS-W Transmittal sheet to determine that each document listed is accounted for (compare requisition number on document against requisition number listed; they should match). [c2.] After contractor employee has determined that there is a document for each item listed on the DSS-W transmittal, thecontractor employee signs DSS-W Transmittal sheets, leaves a copy with the DSS-W Contract Officer, and returns a copy to DIOR Systems and Services, CG2, Room 504. STOP #5: Room 3D972, Pentagon, Office of the Director, Administration & Management (ODA&M) -- Make deliveries and pick up mail to be returned to CG-3, room 1204. STOP #6: Room 3A948, Pentagon, OSD Mail Room -- Make deliveries and pick up mail to be returned to CG-3, room 1204. STOP #7: Room 5A673 -- Make deliveries and pick up mail to be returned to CG-3, room 1204. STOP #8: CG-3, Suite 1204 -- Deliver all items addressed to this location. STOP #9: CG-2, Suite 504 -- Deliver all items addressed to this location, including transmittal sheets. OTHER STOPS: As a part of the contract, the contractor may be required to pick up and/or make deliveries to a maximum of three (3) additional locations in the Pentagon. The locations cannot be identified at this time and may change from day to day depending on the needs of DIOR. The contractor employee will be notified of the pick up and/or deliveries and the specific location upon arrival at Stops 1 and 2. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. SEE STATEMEMENT OF WORK. (viii) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors -- Commercial. FAR 52.214-31 Facsimile Bids/Quote is also applicable to this acquisition. (ix) The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-2 Evaluation-Commercial Items/Services. Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined the best value to the Government. Past performance and price factors shall be used to evaluate offers. References of past performance are required and are to be submitted NOT LATER THAN MAY 14, 1999 -- 2:00 P.M. Each reference is to include point of contact for same or similar services rendered for three (3) Government Entities and two (2) Commercial Entities, each citing purchase order/contract number, agency point of contact name and office telephone number, total project cost and date of award. The Government intends to review quotes and award a contract without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in offers. (x) Quotations are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items/Services with its submission. A copy of this provision can be obtained via internet address: "http://www.arnet.gov/far/" (xi) The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-4, Contract Terms and Conditions-Commercial Items/Services. (xii) The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items/Services. In addition the following clauses applies to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-19, 52.222-41, 52.222-42, 52.222-43, and 52.222-47 (xiii) The following contract requirements and additional clauses apply to this solicitation: Option clauses FAR 52.217 -Evaluation of Options (Jul 1990). Except when it is determined 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). FAR 52.217-8 -Option to Extend Services; and 52.217-9 Option to Extend the Term of the Contract. (ivx) There is not a Defense Priorities and Allocations system (DPAS) rating assigned to this acquisition. (xv) See Numbered Notes 1. (xvi) This notice is posed until May 20, 1999, 2:00 p.m., by that time submission and delivery of quotes from interested sources are to be delivered to one of the following locations; Pentagon Metro Entrance, Pentagon South Parking-Corridor Entrance or Pentagon North Parking Entrance OR via facsimile at 703-693-6807. (xvii) P.O.C. Ms. Alvina Woodson, Contract Specialist 703-695-4905, Ms. Donna Truesdel, Contracting Officer 703-695-5184. Any further inquiries are to be forwarded via facsimile on 703-693-6807. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THE SOLICITATION. Posted 05/06/99 (W-SN328368). (0126)

Loren Data Corp. http://www.ld.com (SYN# 0062 19990510\R-0004.SOL)


R - Professional, Administrative and Management Support Services Index Page