SOLICITATION NOTICE
V -- Transporting Nursery Stock
- Notice Date
- 12/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Idaho Panhandle National Forest, 3815 Schreiber Way, Coeur d'Alene, ID, 83815-8363
- ZIP Code
- 83815-8363
- Solicitation Number
- RFQ-R1-04-05-20
- Response Due
- 1/11/2005
- Point of Contact
- Idaho Panhandle National Forests, Forest Service, Phone 208 765-7284, Fax 208 765-7229,
- E-Mail Address
-
r1_ipnf_aqm@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- Idaho Panhandle National Forests,Coeur d'Alene Nursery, Kootenai County, Idaho. THIS REPLACES CANCELLED RFP R1-04-05-20. This is a combined synopsis/solicitation for commercial service items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisitions Regulations (FAR), 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. Solicitation RFQ R1 04-05-20 is issued as a Request for Quotes. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far. This is a total small business set-aside and the small business size standard is $21.5 million. The North American Industry Classification Code is 484220. A quote is requested to transport Nursery stock in refrigerated vehicles from the Coeur d’Alene, Idaho, Nursery to various destinations throughout Idaho and Montana, with possible deliveries to Oregon, Washington, Utah and Wyoming. The shipments will consist of highly perishable bareroot and container tree stock. A three-year requirements contract is anticipated which will begin in January 2005 and run through October 2007. Total delivery miles each year is estimated to be 26,000-28,000 miles. The Offeror shall base the quote on Round Trip Miles (RTM), defined as miles driven beginning with pickup of shipments at the Coeur d’Alene Nursery, delivery to designated shipping point(s) and return to the Coeur d’Alene Nursery. This RFQ has two line items: LINE ITEM NO. 1 is for a vehicle for the period January through October each year with a minimum capacity of 175 standard-sized boxes. The minimum size of truck to be used under Item No 1 must be capable of loading a minimum of 175 boxes 28 inches x 14-1/2 inches x14 inches with an estimated weight from 25 to 60 pounds each (considered to be standard boxes). LINE ITEM NO 2 is for a vehicle is for the same time period above with a minimum capacity of 550 boxes up to 42 inches x 14 ½ inches x 14 inches with an estimated weight from 25 to 50 pounds each (considered to be 1 ½ standard boxes). As some boxes may be loaded directly on trucks pallets 80 inches wide, the truck must be able to accommodate this size pallet. A minimum of two refrigerated vehicles is required for award of both items. However, offerors shall submit a price for all three years to be considered for an item. Should one offeror be awarded both Line Items, the maximum number of vehicles to leave the Nursery on any one day will be two. There may be situations when one vehicle may be dispatched for short distances to two delivery sites in one day. Notices for requested deliveries will generally be made by telephone and followed up in writing. For deliveries of 175 standard boxes or less, the smaller truck will be ordered; for larger deliveries, the larger truck will be ordered. The vehicles must be capable of holding the air temperature at 30-35 degrees Fahrenheit when transporting a mixture of frozen/unfrozen stock, and between 28-35 degrees Fahrenheit when transporting frozen stock, whether the vehicle is partially or fully loaded and regardless of outside temperature. Inside ambient temperature of the vehicles must be maintained between these temperatures when loading and while transporting nursery stock. An accurate thermometer shall be mounted on each vehicle in such a way that inside air temperature can be checked without opening doors. The Government will assign one probe-type thermometer and mount one temperature monitoring recorder in the interior of each contracted vehicle. These items will be the responsibility of the Contractor but remain the property of the Government. The collection of data, temperature recorder, and any other requirements connected with the recorder will be done by the Government. Contractor refrigerator trucks shall be clean of any contaminants, including, but not limited to, petroleum products; all interior surfaces of refrigerated vehicles shall be smooth to eliminate physical damage to shipping boxes; platform storage shall be provided in each vehicle so shipping boxes shall be packed not over two levels high with a minimum of 2 ½ inches of free air space between each platform. Some loads will require split deliveries and the Contractor shall unload the proper portion of the equipment in the sequence determined by the Government. Vehicles may be required to back haul other Government property, which will include, but not be limited to, empty recycled boxes, pallets and cones. When hauling cones, the bags shall be brought to the cone storage building at the Coeur d’Alene Nursery; the bags must be unloaded immediately upon arrival at the Nursery. Cone bags shall be handled in such a way as to prevent damage to the cones; they shall not be stacked over two levels high with a minimum of 2 ½ inches free air space between each platform. No return hauls shall be accepted unless approved in advanced by the COR. Nothing else shall be carried in vehicles while hauling nursery stock or any other Government material, except for articles related to operation of the vehicle. All loading of vehicles shall normally be done between the hours of 5:00 A.M. and 4:00 P.M. local time. All unloading of vehicles shall be done during regular local working hours unless otherwise mutually agreed upon in advance. Shipping loads will generally be made available at the loading dock located at the rear of the three storage building at the Nursery. When requested by the Contractor and when feasible, the Government may provide a Forest Service operator and forklift to enter the truck to deliver stock at the Nursery loading docks. The Government will not assume liability for the loss, damage, or destruction of Contractor equipment or personal injury to Contractor personnel except for that resulting from negligent or wrongful acts of Government employees while acting within the scope of their employment. The Contractor shall be at the loading dock and ready to accept delivery at the time scheduled by the Nursery for loading. If the Contractor is unable to meet this arrival time, the Offeror shall notify the COR in advance. If the Contractor misses the arrival time by more than ½ hour without notifying the COR, s/he may be liable for any expenses incurred by the Government. Contractor shall provide COR with estimated time for arrival (ETA) at destinations in order Government personnel can be scheduled to receipt for and unload shipment. If the Contractor misses the ETA by more than one hour without notifying the COR, s/he may be liable for Government expenses incurred. Nursery stock or any other material covered by the contract shall not be loaded or unloaded without a Forest Service inspector or Receiving Officer present. The Contractor may be required to wait for up to one hour at each location before being allowed to commence loading or unloading. If the Contractor is required to wait to load or unload at any location for over one hour, the Forest Service will compensate at a fixed rate of $50.00 demurrage per hour for each hour or portion thereof over and above the first hour. The Contractor shall provide necessary labor and equipment to load vehicle within one hour from the time loading commences. Unloading shall require the Contractor to bring stock to the rear of the vehicle where it will be accessible to receiving personnel. To load the vehicle for a return haul, material will be brought to the rear of the vehicle by Forest Service personnel. All material shipped shall be handled in such a manner as to prevent damage or crushing to individual shipping boxes. Contractor vehicles shall be required to travel on all types of roads and in all types of weather to make deliveries; therefore, vehicles shall be equipped with good mud and snow tires or other or other traction devices. However, vehicles will not be required to travel during conditions that drivers considers unsafe for the equipment, e.g., unplowed snow, mud or icy conditions. Drivers are expected to use their best judgment in accordance with industry standards. The Government will furnish the Contractor a set of maps indicating the most common delivery points. A mileage chart based on the current Rand McNally Directory (and history of past trips) will also be provided. The most efficient route to be taken shall be the responsibility of the Contractor. The FAR provision at 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. In addition to the information requested in the Instructions to Offerors, offers shall include price and technical quote which shall at a minimum contain the following information: the Offeror’s plan to meet the required shipping schedule and past performance and experience, and type of equipment to be used, including capability to meet refrigeration/temperature requirements. Contract award will be made to the Offeror offering the best value considering technical capability, past performance, experience and price. The FAR clause 52.222-41, Service Contract Act of 1965, as Amended will apply to this acquisition. The applicable wage determination is 1995-0228 Revision No. 14, dated 7/22/2004. Offerors will include with their quote a completed copy of the FAR 52.212-3, Offer Representations and Certifications – Commercial Items. The FAR clauses 52.212-4, Contract Terms and Conditions – Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, apply to this acquisition. Quotes must be received by January 11, 4:30 P.M., PST, at the Idaho Panhandle National Forests Supervisor’s Office, Attn: Patricia S. House, 3815 Schreiber Way, Coeur d’Alene, ID 83815. Faxed offers will not be accepted. For additional information regarding this solicitation, please contact Patricia S. House, (208) 765-7290, or Aram Eramian, (208) 765-7375. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0281/RFQ-R1-04-05-20/listing.html)
- Place of Performance
- Address: Coeur d Alene Nursery 3600 Nursery Road Coeur d Alene, Idaho
- Zip Code: 83815
- Country: USA
- Zip Code: 83815
- Record
- SN00725602-F 20041224/041222213108 (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 |