Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
MODIFICATION

V -- Vehicle Relocation Service

Notice Date
1/28/2003
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, Room 259 555 Zang Street, Lakewood, CO, 80228-1010
 
ZIP Code
80228-1010
 
Solicitation Number
DTFH68-03-RFQ-00076
 
Response Due
2/14/2003
 
Archive Date
3/1/2003
 
Point of Contact
Daly DD, Purchasing Agent, Phone (303) 716-2016, Fax (303) 969-5971,
 
E-Mail Address
ddaly@road.cflhd.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the commercial items 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:proposals are being requested and a written solicitation will not be issued. Solicitation Number DTFH68-03-RFQ-00076 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 6., NAICS code 488490. Small business size standard is $6.0 million.SCOPE OF WORK:1.Description:The Contractor shall drive/transport government vehicles from one project site to another for the Federal Highway Administration, Central Federal Lands Division (CFLHD). The services will be required in the geographic region serviced by CFLHD. (CA, NV, CO, UT, AZ, NM, OK, TX, KS, SD, ND, NE, AND WY) The vehicles that require relocation may or may not have a 28-foot travel trailer or a 16-foot utility trailer attached, to be relocated also. Vender must be able to respond and provide the necessary transport service within 2 days after being notified by an authorized representative of CFLHD. Distances from site locations will vary depending on requirements, needs and new project location. A minimum of 350 miles per day toward the new location is required.2.License:Drivers must possess a valid state drivers license.3.Insurance Requirements:The Contractor shall procure and maintain liability insurance at the contractors, expense. The insurance shall be from companies authorized to do business in the appropriate state(s).The insurance shall cover all operations under the contract.Contractor shall furnish Certificates of Insurance certifying that the policies will not be changed or cancelled until 30 days written notice has been provided to the Government.Comprehensive or commercial general liability insurance.Personal injury and property damage coverage oContractual liability coverage;Completed operations liability coverage;Automobile Liability Insurance, coverage limits shall not be less than$1 Million combined single limit for each occurrence.The contractor also agrees to maintain workers compensation and other legally required insurance with respect to the Contractors own employees and agents.Except when loss and/or damage arises out of causes beyond the control without the fault or negligence of the Contractor, the Contractor shall assume full liability for any and all goods lost and/or damaged in the movement covered by this contract.4.Blanket Purchase Agreement: This solicitation will be set up as a Blanket Purchase Agreement (BPA) when awarded.A BPA (Blanket Purchase Agreement) is not a contract; the government is obligated only to the extent of Authorized Purchases actually made under this BPA though a Call Number or a Call Letter. Upon award, a list of individuals authorized to place calls under this BPA will be provided.INVOICES:All invoices must contain the following information:A.Name of Supplier;B.BPA Number;C.Date of Purchase;D.Call Number/Letter;E.Itemized list of services furnished;F.Quantity, unit price and extension of each item,less applicable discounts.G.Date of performance;H.Tax ID number; INVOICES:An itemized invoice shall be submitted monthly at the end of the month or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. PAYMENT TERMS AND PROCEDURES: Payment terms and procedures as applied to the BPA are as follows: Vendor shall submit monthly, at the end of each month, the invoices for all calls/call letters places against the BPA for the month. Invoices for the month shall be submitted to the procurement section no later than 5 calendar days after the end of the month. Finance shall make payment "Net 30" from the date of acceptance or the date the invoice is received in our office, which ever occurs later. 5. General Information: The vehicle shall be inspected with an authorized person at pick-up and any damage shall be annotated. The vehicle will have a full tank of gas at pick-up and drop-off. The contractor shall pay for all additional gas. Contractor shall pay the driver?s travel expenses to pick-up the vehicle and to return after drop-off. Smoking is not permitted in the vehicles. The vendor shall be responsible for paying drivers minimum wages on each trip. Wages shall be paid at the current wage rate posted at the time the call number or letter is issued for service, as set forth by the Service Contract Act. 6. Proposal: Proposal shall be a cost per mile for the transportation of the vehicle and may include a fixed standard charge to be included with each move. This cost per mile will need to include any expenses incurred to pick-up vehicle and return after vehicle drop-off. Please include all charges for fuel in the proposal price, also include, price difference if any, between moving a vehicle vs a vehicle with a trailer. Include any and all information that may affect the pricing when relocating vehicles. 7. Evaluation Factors: Evaluation will be based on price and past performance. Please include a minimum of three references and telephone numbers to whom a similar service was provided. Solicitation Provisions 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporated one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be assessed electronically at this /these address(es). http://www.arnet.gov/far/ 52.212-1: Instructions to Offerors:Commercial Items (Oct 2000) 52.212-2: Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: See Scope of Work for Evaluation Factors: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. End of Provisions: Contract Clauses 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one of more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es). http://www.arnet.gov/far/ 52.212-4 Contract Terms and Conditions?Commercial Items (Feb 2002) 52.217-5 Evaluation of Options (July 1990) 52.253-1 Computer Generated Forms (Jan 1991) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2002) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). __ (4) (i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to 52.219-5. __ (iii) Alternate II to 52.219-5. __ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). __ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). __ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L.103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I of 52.219-23. __ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L.103-355, section 7102, and 10 U.S.C. 2323). X (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) X (12) 52.222-26, Equal Opportunity (E.O. 11246). X (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) X (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). X (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). X (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). __ (17) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). X (18) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a - 10d). __ (19) (i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. __ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). __ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). X (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). __ (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). X (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: X (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). X (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (2) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). End of clause 52.217-5 Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the options by written notice to the Contractor within 90 days. Delivery of the additional items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. End of clause 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the options by written notice to the Contractor within 30 days. End of clause 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5. U.S.C. 5341 or 5332. End of Contract Clauses Submission Requirements: Offerors are to submit unit prices and totals. Offerors are to include past performance references (3-min)and a completed copy of the provisions 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Completed offers are due not later than 2:00 p.m. (Mountain Time) on Friday, February 14, 2003. Mail offers to: Ms. DD Daly, Federal Highway Administration;555 Zang Street, Room 259,Lakewood, Co 80228. For copies of the solicitation,provisions and clauses and a copy of 52.212-3, Offeror Representations and Certifications, please contact Ms. DD Daly at 303-716-2016.The government intends to make a single award to the responsive,responsible offeror whose offer is most advantageous to the Government. Price and price-related factors considered. All responsible sources may submit a quotation, which shall be considered. For more information on this synopsis/solicitation send e-mail to: ddaly@road.cflhd.gov or deirdre.daly@fhwa.dot.gov
 
Place of Performance
Address: CA, NV, CO, UT, AZ, NM, OK, TX, KS, SD, ND, NE, AND WY
Country: USA
 
Record
SN00247824-W 20030130/030128213151 (fbodaily.com)
 
Source
FedBizOpps.gov 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.