SOLICITATION NOTICE
R -- Scheduled Daily Courier Service
- Notice Date
- 4/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 492110
— Couriers
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, GA, 30341, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-D7D936MAI05000
- Response Due
- 4/26/2007
- Archive Date
- 5/26/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-05. This acquisition is set-aside for small businesses. The NAICS code is: 492110, and the small business standards in number of employees is 1,500. SPECIFICATIONS / STATEMENT OF WORK 1. GENERAL OVERVIEW 1.1. The Internal Revenue Service (?IRS?) is seeking quotes for Daily Scheduled Courier Services (?Service.?) Service includes pick-up and delivery of general IRS mail (not limited to letters) from Monday through Friday, excluding Federal holidays. 1.2. IRS is seeking quotes to provide professional and reliable Service in the Baltimore/Washington Metropolitan Area and surrounding cities. IRS will issue a Purchase Order to one responsive and responsible offeror (?Contractor.?) 1.3. This Contract, if awarded, will be administered by the IRS?s Procurement Office and technical oversight will be provided by the Contracting Officer Technical Representative and/or designee. The primary IRS Point of Contact (?POC?) for this Contract will be given upon award to the successful offeror. 1.4. This Contract shall be for the following period of performance: Base Year: 05/01/2007 thru 09/30/2007 (subject to change) Option Year I: 10/01/2007 thru 09/30/2008 Option Year II: 10/01/2008 thru 09/30/2009 2. SCOPE OF WORK Daily Scheduled Courier Services to include pick-up and delivery of general IRS mail (not limited to letters) in the Baltimore/Washington Metropolitan Area and surrounding cities from Monday through Friday, excluding Federal holidays. 2.1. Frequency: Daily scheduled pickup and delivery of IRS mail from Monday through Friday, excluding Federal holidays. 2.2. Security Check: Entrance and/or exit to/from the locations listed in this Statement of Work may require a security-guard check. Contractor is responsible for factoring sufficient time to allow such check(s) to ensure that the schedule outlined below is met. 2.3. Pick-up / Drop-Off Locations & Schedule: The schedule pick-up / delivery times, and contact information at each location will be given at time of award to the successful offeror. The pickup and delivery locations are as follows. A. From Post Office to 31 Hopkins Plaza The Courier shall pickup all mail addressed to the IRS at the US Postal Service Bulk Mail window at: US Post Office 900 E. Fayette Street Baltimore, MD 21233 And deliver to the following location: IRS 31 Hopkins Plaza, Rm B-03 Baltimore, MD 21201-2825 Mail volume will be of an average of four (4) US Post Service mail tubs and 3 boxes per day. Mail volume could be higher than the average due to the end of the tax-filing season. . B. (i) From 31 Hopkins Plaza to Various Locations The courier shall pickup and deliver mail addressed to the following IRS locations from 31 Hopkins Plaza: 1. 8401 Corporate Drive, 3rd Floor Landover, MD 20785-2224 2. 500 North Capitol Street. STE 2335 Washington, DC 2001-1531 3. 11510 Georgia Avenue, 3rd Floor Wheaton, MD 20902-1925 4. 11510 Georgia Avenue, 3rd Floor Wheaton, MD 20902-1925 There will be an average of four canvas mailbags and three boxes weighing between 5-45 pounds to be delivered daily to the above locations. (ii) From Various Locations to 31 Hopkins Plaza The courier shall pick up and deliver mail addressed to 31 Hopkins Plaza from the above locations. The mail volume will be an average of four canvas mailbags and three boxes weighing between 5-45 pounds. C. From 31 Hopkins Plaza to South Charles St. The courier shall pick up mail addressed to South Charles Street from 31 Hopkins and deliver to: 100 South Charles Street, Tower 1, Rm. 634 Baltimore, MD 21201-2725 There will be an average of two canvas mailbags per office per day and 1-3 boxes total, averaging 25 pounds, to be delivered. D. From South Charles St to 31 Hopkins Plaza. The courier shall pickup and deliver mail addressed to 31 Hopkins Plaza from South Charles Street There will be an average of two canvas mailbags per office per day and 1-2 boxes total, averaging 25 pounds, to be delivered. E. From 31 Hopkins Plaza to Post Office. The couriers will pickup certified mail and Postal Service (PS) Form 3877 at 31 Hopkins Plaza and deliver to the US Post Office at 900 E. Fayette Street, front counter. Courier will ensure that all PS Forms 3877 will be date-stamped (red eye) by the postal service Clerk before leaving the post office. On an average, the volume of certified mail per day is about ? tray. F. From Post Office to 31 Hopkins Plaza . THE COURIER MUST RETURN ALL PS FORMS 3877 TO 31 HOPKINS PLAZA ON THE SAME DAY OF RECEIPT AND GIVE TO THE IRS MAIL CLERK. NO EXCEPTIONS. 2.4. Signature Requirement: Courier will be required to sign that (s)he has picked up accountable mail to be taken from the IRS mailroom, 31 Hopkins Plaza to the Post Office. More details of this requirement will be coordinated by the IRS POC. 2.5. Late Pick-Up or Delivery: The Courier shall notify the IRS mailroom personnel (31 Hopkins Plaza) by telephone or e-mail when a pick-up or delivery will be late due to unforeseen events, such as vehicle breakdown, accident or traffic. The notification must state the cause of delay and delivery status. If contact at mailroom is unavailable, the Courier shall contact the Point of Contact at the applicable Location(s). 2.6. Contingency Plan: The Contractor must have a Contingency Plan in place and provide details of the plan as part of the quote. 2.7. Loss or Damage: The Contractor shall be liable for the cost of any documents and packages that are not delivered due to loss, theft, damage, or failure to deliver to destination. Government will work with the Contractor to assess a fair and reasonable compensation for loss or damage of documents. 3. CONTRACTOR?S RESPONSIBILITIES 3.1. The Contractor shall furnish all labor, materials, supplies and equipment necessary for the operation of a Courier Service. 3.2. The Contractor shall provide professional customer service (i.e. being able to address concerns, issues, and other administrative functions in a timely and professional manner.) 3.3. The Contractor shall provide professional, reliable, trained, and experienced Couriers to ensure safe handling of mail and on-time delivery. 3.4. All Couriers will be required to wear a company pictured ID Badge when performing the service. The badge will include, but not limited to, the courier?s name and company?s name. 3.5. The Contractor shall have access to a telephone and e-mail to communicate with IRS. 4. IRS?s RESPONSIBILITIES 4.1. IRS shall provide accurate and complete addresses and contact information for locations to be serviced. IRS shall notify Contractor accordingly if there are changes to the Locations? information. 4.2. IRS shall provide access to the Locations. 4.3. If there is a significant increase in the average daily pick-up amount at any Location that will not allow Courier to use his/her usual pick-up vehicle, IRS shall make every efforts practicable to notify Contractor prior to scheduled pick-up time of the increase to allow Contractor to make the necessary arrangements. 5. PREPARATION AND SUBMISSION OF QUOTES: To submit a valid quote to be considered for this award/order, please submit the following completed information: (1) Completed Price Quotation Sheet ? Attachment A.1 (2) Completed Additional Information requirement - Attachment A.2 (3) Contingency Plan (see Section 2.6) (4) Representations and Certifications: Quoters must either a) complete the Representations and Certifications (Reps and Certs) electronically via the Online Representations and Certifications Application (ORCA) at www.ccr.gov, or b) submit a completed copy of the Reps and Certs under FAR provision 52.212-3, Offeror Representations and Certifications. Full text of the provision may be accessed at www.arnet.gov/far/. (5) Three (3) references for same or similar services Deadline for submission of the above required documentation is April 26, 2007 by 8:00 A.M. (Eastern Standard Time). Responses can be faxed to (404) 338-9231, Attn: Sheila Balkaran, emailed to Sheila.Balkaran@irs.gov, or mail to: Internal Revenue Service ATTN: Sheila Balkaran Office of Business Operations Field Operations Branch (OS:A:P:B:S:A) 2888 Woodcock Blvd., Ste 300 Atlanta, GA 30341 6. QUOTE EVALUATION 6.1. IRS intends to award this Contract to the responsive and responsible offeror that offers the best value to the government. 6.2. Factors to be considered in evaluating the quotes shall include, but not necessarily limited to, the following: a. Compliance with the specifications b. Price c. Experience of Offeror d. Number of available Couriers 7. INTERFERENCE WITH BUSINESS The work shall be carried out in such a manner that there will be no interference with the proper execution of Government business. All persons employed in contract work shall, while on the premises, comply with all building regulations. 8. INSURANCE REQUIREMENT As a commercial practice, the Contractor may be required to obtain/possess insurance coverage for specific FSC/service code classifications offered. All costs associated with obtaining/possessing such insurance should be factored into the price quote. Government reserves the right to request for proof of applicable insurance coverage, which shall be provided within ten (10) days of request. 9. INFORMATION CONCERNING RFQ Any questions concerning this Request for Quotation should be directed, in writing, to Sheila Balkaran, Contract Specialist, via e-mail: Sheila.Balkaran@irs.gov or fax: 404-338-9233. Deadline for submission of questions is April 25, 2007 by 12:00 NOON (Eastern Standard Time). ANTICIPATED AWARD DATE: The anticipated award date is May 1, 2007 Point of Contact: Sheila Balkaran, Contract Specialist, Phone 404-338-9226, Fax 404-338-9231, Email Sheila.Balkaran@irs.gov Place(s) of Performance 31 Hopkins Plaza, Rm B-03 Baltimore, MD 21201-2825 10. SERVICE CONTRACT ACT OF 1965, AS AMENDED The Base Year of this Contract shall be subject to the rates as outlined in the attached WAGE DETERMINATION NO: 05-2247 REV (02) AREA: MD, BALTIMORE; Date Of Revision: 11/20/2006 (See Attachment B ? Wage Determination) unless another Wage Determination is deemed more applicable for purposes of this Contract. Upon exercising an Option Year, a new Wage Determination shall be obtained and the rates stated in the applicable Wage Determination at the time the Option is exercised shall be the prevailing rates 11. PROVISIONS/CLAUSES The following Provisions and Clauses are applicable to this acquisition:  The provisions at 52.212-1, Instructions to Offerors -- Commercial, 52.212-3, Offeror Representations and Certifications -- Commercial Items, apply to this acquisition. Quoters are advised to include, as specified above in Submission of Quotes, paragraph 3, a completed copy of the provision at 52.212-3 with its offer.  The clauses at 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  The following addenda to FAR 52.212-4: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; IR1052-01-001, Electronic funds Transfer (EFT) Payments; IR1052-01-002, PAID SYSTEM.  The following additional FAR clauses cited in 52.212-5: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires (equivalent labor class and rate: GS-1, $9.45).  52.217-5, Evaluation of Options; 52.217-8, Option to Extend Service; 52.217-9, Option to Extend the Term of the Contract; 52.232-18, Availability of Funds; 52.237-3, Continuity of Services. . Attachment A A.1 Additional Information PLEASE COMPLETE THE INFORMATION LISTED BELOW AND THE ATTACHED QUOTATION SHEET AND RETURN TO THE BUYER NAMED AT THE END OF THIS INFORMATION SHEET. YOUR QUOTATION MUST BE RECEIVED BY 8:00 A.M. EASTERN TIME ON THURSDAY APRIL 26, 2007. IRS reserves the right to extend this date as deemed necessary. Open Market? YES___ NO_X___ GSA Contract Number/Other Contract (if applicable):______________________ Expiration Date: _____________________________ Business size as listed on GSA Schedule (if different from listed below): ___________________________ Shipping Charges (indicate amount if applicable, otherwise put "N/A"): N/A Payment Terms: Net/10____Net/20____Net/30__X__ *Is your company a corporation? Yes____ No____ *Is your company a partnership, sole proprietorship, individual estate, trust or joint venture? Yes____ No____ .If yes, which one of the above? _____________ Business Size: _______Large ________Small Please check all that apply: ____ Small Disadvantaged ____ 8(a) ____ Small Woman-Owned ____ Small Veteran-Owned ____ Small Service-Disabled Veteran Owned ____ HUBZone Small Company ?Remit to? Name: _____________________________________________ Vendor's Mailing Address Vendor's Remit Address: ________________________ _________________________ ________________________ _________________________ ________________________ _________________________ Phone: __________________ Phone: ___________________ Fax: ____________________ Fax: _____________________ Representative's E-Mail Address: ____________________________ Registered in the Central Contractor's Registration (CCR) database? Yes____ No____ Note: The Government can only do business with a company who has registered in CCR. If you are not registered, please go to the following website for registration: www.ccr.gov. You must have a DUNS number in order to register on the database. DUNS Number: ______________ Federal Tax Identification No.: ______________ IRS PRICE QUOTATION SHEET (continued?page 2) Name & Title of Quoter/Authorized Representative: ___________________________ Print Name ___________________________ Title ___________________________ _______________ Signature of Quoter Date BUYER NAME: SHEILA BALKARAN, CONTRACT SPECIALIST PHONE NUMBER: (404) 338-9226 FAX NUMBER: (404) 338-9231 A.2 Price Quote Information Check one: (A) _____ prices are based on catalogs or price lists (B) _____ prices are NOT based on catalogs or price lists Fill In: (A) No. of years experience in providing Service: __________ (B) No. of independent contracted couriers available (if applicable): ___________ (C) No. of employed couriers available (if applicable): __________ Price (Firm-Fixed Price): Period Monthly Amount ($) Annual Amount ($) Base Year: _______________ ______________ 05/01/2007 thru 09/30/2007 (subject to change) Option Year I: _______________ ______________ 10/01/2007 thru 09/30/2008 Option Year II: _______________ ______________ 10/01/2008 thru 09/30/2009 Comments: __________________________________________________________________ __________________________________________________________________ Attachment B WAGE DETERMINATION NO: 05-2247 REV (02) AREA: MD,BALTIMORE; DATE OF REVISION: 11/20/2006
- Place of Performance
- Address: 31 Hopkins Plaza, Baltimore, MD,
- Zip Code: 21201-2825
- Country: UNITED STATES
- Zip Code: 21201-2825
- Record
- SN01278322-W 20070422/070420221706 (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 |