Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

R -- Courier Services

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
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
DTFH68-04-RFQ-00027
 
Response Due
12/31/2003
 
Archive Date
2/29/2004
 
Point of Contact
Kathy Mooney, Contract Specialist, Phone (303)716-2289, Fax (303)969-5971, - Daly DD, Purchasing Agent, Phone (303) 716-2016, Fax (303) 969-5971,
 
E-Mail Address
Kathy.Mooney@fhwa.dot.gov, ddaly@road.cflhd.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation DTFH68-04-RFQ-00027 is being issued as a Request for Quotations (RFQ). The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16, effective October 31, 2003. This acquisition is set aside 100% for Small Business concerns. The NAICS code is 492110 and the small business size standard is $21.5 million. The following Federal Acquisition Regulation (FAR) Provisions and Clauses are applicable to this acquisition: 52.212-1, Instructions To Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs (11) 52.222-21 Prohibition of Segregated Facilities, (12) 52.222-26 Equal Opportunity, (13) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (14) 52.222-36 Affirmative Action for Workers with Disabilities, (15) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (16) 52.222-19 Child Labor-Cooperation with Authorities and Remedies, (18) 52.225-1 Buy American Act-Supplies, (21) 52.225-13 Restriction on Certain Foreign Purchases, (24) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; and, 52.212-2, Evaluation-Commercial Items that states 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: Past Performance/Work Experience; Vehicle/Equipment to Perform the Work; and Price. Full text of the provisions and clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far/ or http://farsite.hill.af.mil/. For purposes of responding to this RFQ, the contractor is required to provide past performance and work experience information, description of transportation vehicle and other equipment to be used in the performance of the work, and price to accomplish the work in accordance with the Summary of Tasks. If awarded the contract, the contractor shall provide a copy of the courier?s current vehicle license for the state of Colorado, vehicle insurance, and bonding security. The contract will not be awarded until a security clearance is obtained and is provided to the Contracting Officer. The contract awarded as a result of this Request for Quotations will consist of a Base Year and four One-Year Options. Summary of Tasks, Courier Services, General Requirement: Provide Daily Courier Service for the Department of Transportation, Federal Highway Administration, Central Federal Lands Highway Division (CFLHD). The Courier, with privately owned vehicle, must be capable of lifting, carrying, and hauling as many as ten (10) large sample sacks/buckets weighing up 70 pounds each and up to 700 pounds total per delivery. The regularity of the sample quantities/weights varies. The volume of samples is seasonal and increases during peak construction months. Routine mail service is also required and may include parcels and boxes of various weights. Courier Service requires four (4) stops serving three separate locations within approximately a 5-mile radius. The service generally takes less than one hour. Stop 1. Pick up bags or buckets of various weight containing material testing samples (soil, rock, aggregate, asphalt, steel, concrete, etc.) as well as routine mail (envelopes, boxes, packages of various sizes, etc.) from the distribution point on the Denver Federal Center, General Services Administration Building # 41, Denver Federal Center Postal Annex, Entrance E-17. Stop 2. Deliver the samples and mail to the CFLHD Materials Laboratory, located in Building 52, on the Denver Federal Center. Pick up routine mail from the Materials Laboratory. Stop 3. Deliver routine mail to the CFLHD Administration Building, Room 259, 555 Zang Street, Lakewood, Colorado and pickup outgoing mail for delivery to the Materials Laboratory. Stop 4. Deliver outgoing mail from CFLHD Administration Building to the Materials Laboratory. Courier Services route is then complete. Each stop must be performed to complete the service route. The courier shall not hold-over mail items or parcels for delivery the next day. Essential Functions: (1) The Courier must have a current vehicle license for the state of Colorado, vehicle insurance, bonding security, and the ability to obtain and maintain a security clearance to access the Denver Federal Center. (2) Private or company owned pickup truck or other like-type vehicle able to hold a maximum of 1,000 pounds per delivery. An automobile trunk or backseat is not acceptable for Courier services. (3) Ability to lift and carry, unassisted by other personnel, 70 pound containers of material samples. (4) Protect sample containers from the elements to avoid compromising the testing process. (5) Work schedule requires one complete round-trip per day. The hours of operation at the Denver Federal Center Postal Annex are between 9:00 AM and 10:00 AM only. Courier must schedule services so as to arrive at the Materials Lab no later than 10:00 AM, Monday through Friday, excluding weekends and Federal holidays. (6) The Courier shall be required to sign for and deliver all certified, registered, and express mail picked up from Building #41. (7) Backup Courier capable of performing all the duties contained herein. Any deviation from the established route or any requirement for additional services must be approved by the Contracting Officer?s Representative prior to performance of the services. Courier Service will not be required for Federal Holidays. Submit one copy of your quote along with a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, to the attention of Kathy Mooney, Federal Highway Administration, Central Federal Lands, 555 Zang Street, Room 259, Lakewood, CO 80228. Quotes are due on Wednesday, December 31, 2003 at 3:30 P.M. Fax and e-mail quotes shall not be accepted. Questions concerning this solicitation should be addressed in writing to Kathy Mooney, Fax (303) 969-5971. All costs associated with the requirements stated in the Summary of Tasks shall be included in the unit price and contract amount. The Government is not responsible for additional cost associated with the performance of this contract. Pricing shall not include holidays or weekends. Federal Acquisition Regulation Clause 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: Past Performance/Work Experience; Vehicle/Equipment to Perform the Work; and Price. Past performance and vehicle/equipment, when combined, are considered equal in importance to price. (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 option 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 Provision) NOTE: Please send a request for Schedule of Services and Prices and Route Map to the point of contact and fax number referenced above.
 
Place of Performance
Address: Lakewood, Colorado
 
Record
SN00490486-W 20031218/031216211938 (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.