SOLICITATION NOTICE
V -- Transportation-Truck Driver
- Notice Date
- 1/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 484110
— General Freight Trucking, Local
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HDEC-05-07-T-0011
- Response Due
- 1/17/2007
- Small Business Set-Aside
- Total Small Business
- Description
- A) This is a combined synopsis and solicitation for commercial items (non-personal 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05-07-T-0011 and is issued as a Request for Quotation (RFQ). Quotes MUST be provided for the base year and all option years. C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-14, DFARS Change Notice 20061219, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 4212. The North American Industry Classification systems (NAICS) code is 484110. The Size standard is $18.5 mil. E) Contract Line Item Numbers (CLINS). Offerors: Provide your quote for Transportation Truck Driver Services in the following format in accordance with the Statement of Work: Location(s) FORT HUNTER-LIGGETT COMMISSARY, CA, BLDG S-182, FORT HUNTER-LIGGETT, CA 93928-5000 January 29, 2007 thru January 31, 2008 ALL WORK TO BE ACCOMPLISHED IN ACCORDANCE WITH STATEMENT OF WORK 0001AA Truck Driver for Government Owned Truck and Trailer, Round Trip from Hunter-Liggett to Ord and Return $_________per trip, Tuesday and Thursday, 8:00 AM to 5:00 PM (1 Hour lunch), Hourly Rate: $__________(Fully Burdened, 8 to 5), Hourly Rate: $__________(Fully Burdened, after 5:00 PM) 0001AB Round Trip from Hunter-Liggett to Sales Site and Return (within 50 miles each way) 6 additional days per year, 12 hour day, Hourly Rate: $_______ (Fully Burdened) 0001AC Alternate Proposal (in lieu of 0001AA): Driver with truck and trailer other than Government Owned, Round Trip from Hunter-Liggett to Order and Return $__________per trip. Note: Trailer Fill is three quarters full in 53 foot refrigerated trailer. February 1, 2008 thru January 31, 2009 1001AA Truck Driver for Government Owned Truck and Trailer, Round Trip from Hunter-Liggett to Ord and Return $_________per trip, Tuesday and Thursday, 8:00 AM to 5:00 PM (1 Hour lunch), Hourly Rate: $__________(Fully Burdened, 8 to 5), Hourly Rate: $__________(Fully Burdened, after 5:00 PM) 1001AB Round Trip from Hunter-Liggett to Sales Site and Return (within 50 miles each way) 6 additional days per year, 12 hour day, Hourly Rate: $_______ (Fully Burdened) 1001AC Alternate Proposal (in lieu of 0001AA): Driver with truck and trailer other than Government Owned, Round Trip from Hunter-Liggett to Order and Return $__________per trip. Note: Trailer Fill is three quarters full in 53 foot refrigerated trailer. February 1, 2009 thru January 31, 2010 2001AA Truck Driver for Government Owned Truck and Trailer, Round Trip from Hunter-Liggett to Ord and Return $_________per trip, Tuesday and Thursday, 8:00 AM to 5:00 PM (1 Hour lunch), Hourly Rate: $__________(Fully Burdened, 8 to 5), Hourly Rate: $__________(Fully Burdened, after 5:00 PM) 2001AB Round Trip from Hunter-Liggett to Sales Site and Return (within 50 miles each way) 6 additional days per year, 12 hour day, Hourly Rate: $_______ (Fully Burdened) 2001AC Alternate Proposal (in lieu of 0001AA): Driver with truck and trailer other than Government Owned, Round Trip from Hunter-Liggett to Order and Return $__________per trip. Note: Trailer Fill is three quarters full in 53 foot refrigerated trailer. February 1, 2010 thru January 31, 2011 3001AA Truck Driver for Government Owned Truck and Trailer, Round Trip from Hunter-Liggett to Ord and Return $_________per trip, Tuesday and Thursday, 8:00 AM to 5:00 PM (1 Hour lunch), Hourly Rate: $__________(Fully Burdened, 8 to 5), Hourly Rate: $__________(Fully Burdened, after 5:00 PM) 3001AB Round Trip from Hunter-Liggett to Sales Site and Return (within 50 miles each way) 6 additional days per year, 12 hour day, Hourly Rate: $_______ (Fully Burdened) 3001AC Alternate Proposal (in lieu of 0001AA): Driver with truck and trailer other than Government Owned, Round Trip from Hunter-Liggett to Order and Return $__________per trip. Note: Trailer Fill is three quarters full in 53 foot refrigerated trailer. February 1, 2011 thru January 31, 2012 4001AA Truck Driver for Government Owned Truck and Trailer, Round Trip from Hunter-Liggett to Ord and Return $_________per trip, Tuesday and Thursday, 8:00 AM to 5:00 PM (1 Hour lunch), Hourly Rate: $__________(Fully Burdened, 8 to 5), Hourly Rate: $__________(Fully Burdened, after 5:00 PM) 4001AB Round Trip from Hunter-Liggett to Sales Site and Return (within 50 miles each way) 6 additional days per year, 12 hour day, Hourly Rate: $_______ (Fully Burdened) 4001AC Alternate Proposal (in lieu of 0001AA): Driver with truck and trailer other than Government Owned, Round Trip from Hunter-Liggett to Order and Return $__________per trip. Note: Trailer Fill is three quarters full in 53 foot refrigerated trailer. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotes from offerors shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS; TELEPHONE & FAX NUMBERS, E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE No.; FAX No. of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein and include a signed statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). LATE OFFERS: Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt WILL NOT be considered. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the LOWEST PRICED QUOTE which meets the requirement specified herein. All responsible sources may submit an offer which shall be considered. I) Reserved J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)(as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items. L) Reserved M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting w/Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alternate III; FAR 52.203-3 Gratuities; FAR 52.203-6 Alt1, Restrictions on Subcontractor Sales to the Government w/Alt1; FAR 52.204-7 Central Contractor Registration; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-6 Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest After Award; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.228-5, Insurance Work on a Gov?t Installation; FAR 52.232-17 Interest; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-13, Bankruptcy. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile offers WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (JUL 2003) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 FAR 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 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 option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately-owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State(s) of California (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): www.farsite.hill.af.mil THE FOLLOWING SOLICITATION PROVISIONS MUST BE READ IN FULL TEXT AT www.farsite.hill.af.mil DFARS 252.212-7000 Offeror Representations and Certification ? Commercial Items, DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.215-5 Facsimile Proposals, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.252-2 Clauses Incorporated by Reference. 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any DFARS (48 CFR 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. 52.222-4503 CONSOLIDATED WAGE DETERMINATION (SEP 1997) CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT WAGE RATES NOTE: Wage Determination information pertains to FAR Clause 52.222-41, Service Contract Act of 1965, as amended, which is incorporated by reference under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (Aug 1996). Guidance for use of the information is provided by Clause 52.0022-4507, entitle Consolidated Wage Determination (Sep 1997). Complete wage determination in hard copy may be obtained by written or verbal request from the office names in Block 9, SF 1449. WAGE DETERMINATION WD #2005-2049, Rev 2, dated 12/15/2006 Occupation Code: 31364 Truck driver, Tractor-Trailer $16.52 per hour Health & Welfare $3.01 per hour 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) 31364 Truck driver - WG 8 step 2 $20.37 per hour DEFENSE COMMISSARY AGENCY (DeCA) STATEMENT OF WORK Tractor-Trailer Truck Driver The Defense Commissary Agency (DeCA) requires a non-personal services tractor-trailer truck driver to drive a 53? government-owned refrigerated eighteen-wheel truck from Fort Hunter-Liggett Commissary (Building S-182, Fort Hunter-Liggett, CA 93928-5000) to Ord Community Commissary (Building 4240, Ord Military Community, Presidio of Monterey, CA 93944-7200) and return. Estimated distance between Fort Hunter-Liggett and Ord is 82 miles each way. Driver must at least 21 years old with 1 or more years experience driving a tractor-trailer truck. Driver must possess a Class A commercial driver?s license (CDL) with a clean driving record and comply with all Federal and State driving regulations, to include all insurance necessary to operate in the state of California. Driver must not have been convicted of a felony involving use of a motor vehicle; a crime involving drugs; driving under the influence of drugs or alcohol; refusing to submit to an alcohol test required by a State or its implied consent laws or regulations; leaving the scene of a crime; or causing a fatality through negligent operation of a motor vehicle. Driver must be able to read and speak English well enough to read road signs, prepare reports, and communicate with law enforcement officers and commissary personnel. Driver must be able to carry 50-100 pounds alone and possess the physical strength and dexterity to perform loading and unloading of merchandise. Driver will report and sign in at the Fort Hunter-Liggett Commissary by 8:00 AM, two days a week, Tuesdays and Thursdays, and will work a minimum of 8 hours per day/maximum 12 hours per day. In the event of a Holiday (All Federal Holidays) or emergency closure of the base/commissary, an alternative day will be provided to ensure two deliveries are made per week. Driver will transport merchandise (boxed and/or palletized chilled, frozen, boxed, and canned items) and mail distribution (envelopes) from Fort Hunter-Liggett to Ord Community Commissary and return from Ord to Fort Hunter-Liggett. Average weight per item for loading/unloading ranges between 1 and 1,000 pounds containerized. Items for transport will be separated in the warehouse from other commissary merchandise, easily identifiable, and ready for the contractor by 8:00 AM on the specified days. Driver will be required to load merchandise in a safe and efficient manner to prevent shifting of items or damage to merchandise, and unload the truck at the designated location. The Government will provide use of pallet jacks (manual and electric) and forklift; however, driver must provide certification of training prior to use of the equipment. Once items are loaded onto the trailer, a seal will be provided by the government to ensure merchandise security. Upon arrival at the receiving location, the seal must be witnessed and removed by a commissary employee, prior to opening the trailer doors, to ensure the seal has not been tampered with and verify the integrity of the merchandise. Driver will also transport merchandise a maximum of six additional days per year, to an off site sale location within the commuting area (50 miles) of Fort Hunter-Liggett. Driver will be provided advance notice no sooner than 30 and no later than 7 days prior to the event. Driver is responsible for providing an alternate driver should the primary driver be unavailable due to illness, vacation or any other absences during the contract period. Drivers, primary and alternates, must be able to obtain access to military installations. Driver must maintain an appropriate business-like appearance and manner while on duty. The Government Furnished Tractor Trailer Truck and Refrigerated Trailer are provided for Official Government Use Only. At no time will the driver utilize the vehicles for personal use. Maintenance and repairs of the truck and trailer are the responsibility of the Government; however, driver should perform cursory check on vehicles prior to use to ensure operational. Fueling of truck and trailer shall be the responsibility of the driver at the Post fuel point and a mileage log completed. In the event of a breakdown while in route, driver will contact the Motor Pool (831) 386-2518 to be provided road-side assistance. REFERENCES REQUIRED. NOTE: CONTRACT WILL BE AWARDED TO AN INDEPENDENT CONTRACTOR. THIS IS NOT A GOVERNMENT JOB ANNOUNCEMENT. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are numbered notes applicable to this solicitation: n/a R) Offers will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time ON January 17, 2007. S) The point of contact for this solicitation is Barbara VanDoren, 804-734-8434, Melissa A. Rios, Contracting Officer, 804-734-8680.
- Place of Performance
- Address: DeCA's Fort Hunter-Liggett Commissary located in CA.
- Zip Code: 93928-5000
- Country: UNITED STATES
- Zip Code: 93928-5000
- Record
- SN01208209-W 20070111/070109221204 (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 |