Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

V -- Courier Services for daily deliveries between OPM-CRIS Boyers PA, and OPM-CRIS Washington DC

Notice Date
5/17/2007
 
Notice Type
Modification
 
NAICS
492210 — Local Messengers and Local Delivery
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SOL070000064
 
Response Due
6/5/2007
 
Point of Contact
Joy Christie, Contract Specialist, Phone 202-606-4215, Fax 202-606-3201, - Sheron Spann, Contract Specialist, Phone 202-606-3209,
 
E-Mail Address
joy.christie@opm.gov, Sheron.Spann@opm.gov
 
Description
This is Admentment 1 of Solicitation number SOL070000064. What follows is the 2nd part of this announcement. CONTINUATION PAGE FROM SOL070000062 COMBINED SYNOPSIS PARAGRAPHS 8 ? 21 8. CONTRACTOR/DELIVERY DRIVER RESPONSIBILITIES: The contractor will provide drivers who will be responsible for loading and unloading at origin and destination and must be insured and bonded at the contractor s expense. The contractor delivery driver will be given no more than 30 minutes to unload and load from each facility for on time deliveries. The contractor s drivers will be issued appropriate picture identification. Such identification must be in the driver s possession at all times when handling OPM lockboxes, sealed cardboard boxes and/or investigative materials. Additionally, the picture identification must be worn on the employee s person, above the waist, and visible at all time when in a Government facility. The contractor must assure that each individual under this contract is trained and in compliance with each area outlined in paragraph 11. Training Plan below. The contractor will be required to submit a manifest log upon the award of the contract for approval by OPM. The manifest log will be used by each driver under this contract for complete, precise accuracy of each OPM lockbox and sealed box. Furthermore, the contractor must submit both the manifest log records along with the invoice for that billing month. 9. STAFFING PLAN: The Contractor shall provide an adequate, suitable, and qualified courier staff with the skills necessary to perform all functions under this contract. The contractor must submit the names of personnel that will be working under this contract (PARAGRAPH 15. BACKGROUND INVESTIGATIONS). 10. TRAINING PLAN: The contractor shall provide an adequate training plan for its employees. The contractor is required to provide at least four (4) hours of training semi-annually for employees working under this contract. This training will stress the importance of the following: - Security of OPM material - Security/Emergency Plan - Route structure - Point of Contacts - Driver Responsibilities - Performance Requirements - Monthly Reporting - Reporting Requirements for Contractor Employees - Negligence or Misconduct by Contractor Employees - Grooming - Proper attire and the importance of professionalism and courtesy in day-to-day contacts with each facility under this contract. OPM representatives will attend and observe this training and provide feedback. The contractor must provide OPM with a training plan in their proposals for all of the following areas explained above. 11. VEHICLE SPECIFICATION: The contractor must ensure their courier vehicle(s) is/are secure in a manner to protect sensitive, but unclassified materials from theft, lost or destruction. The courier(s) must be above average in reliability, safety, and energy efficiency for courier in their class. Courier(s) that are vans must have their cargo area separated from the cab by 16-guage steel mesh or steel grating. Cargo doors must be secured with two high-security locking devices. Additionally, courier must be minimally equipped with the following: - Two-way mobile radio or cellular telephone communications - Lockable passenger compartment cab - AM/FM radio - Hidden fuel shut-off valves - Auxiliary ignition switches, or other disabling devices - The courier van must have a capable manufactures audible alarm system that could be heard from a minimum of 200 feet away. - The courier vehicle should also include a built in GPS tracking component that can be utilized if the courier van is lost or stolen. NOTE: PHOTOGRAPHIC EQUIPMENT AND CAMERA CELLULAR PHONES ARE PROHIBITED WITHIN THE BOYERS, PA FACILITY. The contractor must SUBMIT A DETAILED DESCRIPTION AND VIN NUMBER OF THE COURIER VEHICLE(S) it plans to use under this contract in its proposal. The courier vehicle(s) are required to be in compliance with State inspection laws. In addition, the courier vehicle(s) shall not be larger than 12 ft. 6 in. high and 40 ft. long. Trucks exceeding this size cannot access loading docks. OPM will provide security appraisals to ensure courier vehicle(s) are acceptable. Only OPM may grant one-time authority to use a temporary closed-type replacement vehicle to prevent mission degradation. The contractor will be notified by OPM of any situation that may cause the contractor to store OPM material in contractor s approved secure warehouse/holding area. 12. WAREHOUSE/ SECURE HOLDING AREA: The contractor must identify and submit the location of a secure holding area or warehouse in its proposal for the rare situations outlined in paragraph 9 below when OPM material cannot be delivered to the approved OPM location. The secure holding area or warehouse must be inspected and approved by OPM officials. 13. CONTACTS: The contractor will be provided points of contact for each facility under this contract. These points of contact will serve as the main contact during unexpected circumstances such as inclement weather, accidents, breakdowns, etc. Should these situations do occur, the contractor must immediately contacts the COR and the point of contact immediately. 14. SECURITY REQUIREMENTS FOR CONTRACTOR PERSONNEL: OPM is responsible for the protection for all materials received, distributed, or retained by the Center for Retirement and Insurance Services (CRIS). To ensure fulfillment of this responsibility, OPM requires their Contractors to adhere to all policies and procedures specified in the OPM Security Manual and the National Industrial Security Program Operating Manual (NISPOM). As specified in the NISPOM, contractors must also be compliant with our security agency s requirements, currently the Department of Energy, including the Foreign Ownership, Control, or influence requirements for companies handling national security work. The Contractor must be in complete compliance with all security requirements prior to starting work under this contract and must maintain compliance throughout the life of the contract. OPM will review appropriate documentation to determine compliance. All contractor employees working under this contract must be citizens of the United States of America, cannot hold dual citizenship, and must have a completed, current investigation that qualifies them for a clearance at the secret level. The investigation must be adjudicated favorably by the OPM Security Officer prior to the contractor employee working under this contract. OPM may require the contractor to remove individuals from work on this contract, at any time, as a result of individual security violations, traffic violations, and misconduct. In addition, all contractor personnel must report any charge related to a misdemeanor, felony, bankruptcy, etc to the OPM security office during the life on this contract. If at any time during contract performance it is determined that the contractor is not in full compliance with the security requirements of this contract, the Government may immediately suspend or revoke performance under this contract. Any work suspension resulting from a security lapse will not be subject to reasonable adjustments and all costs incurred will be borne by the contractor. 15. BACKGROUND INVESTIGATIONS: All drivers, personnel, and passengers in the Courier Vehicle(s) who could/would handle or have access to the freight or trucks must pass the appropriate level of OPM approved background investigation. The contractor must submit the properly completed background investigation paperwork, Standard Form 86, and fingerprint cards for each proposed driver with their proposals to enable OPM to schedule the appropriate background investigations prior to the contract award. The contractor shall provide names and identification information on potential cleared drivers already possessing a clearance. In addition, OPM will compensate all costs of the investigation for the first two contractor personnel under this contract. Any investigations submitted afterward, the contractor will be charged the appropriate agency FIN price (BI FIN price). OPM will offset the cost of the investigations against the contractor s invoice. 16. INSURANCE: The contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the contractor s vehicles or other equipment by, or the action of, the contractor or the contractor s employees and agents. The government shall in no way be liable for the contractor s action under this contract. The contractor, at the contractor s expense, shall maintain adequate public liability and property damage insurance during the continuance of this contract, insuring the contractor against all claims for injury or damage. The cost of repairing any property damage caused by the contractor will be deducted from the contractor s invoice; it will be the contractor s responsibility to file claims with its own policy holder. 17. PERFORMANCE: The contractor deliveries must be at or above 97% on time for all facilities through the life of this contract. OPM may, at its sole discretion, deduct funds from the contract or remove the contractor if performance is below 97% at any time under this contract. 18. MONTHLY REPORTS: The contractor will submit monthly reports on performance under this contract. The contractor must report the following areas: -All delays preventing on-time deliveries -All issues of unsecured handling of material -All accidents or breakdowns preventing on-time deliveries -All issues of contractor employee misconduct -Any potential changes (personnel, vehicles etc.) 19. TECHNICAL PROPOSAL: Offeror must provide in detail the technical/management plans by which it intends to provide the services described in this combined synopsis. The following are significant evaluation factors: - The Contractor s complete understanding of the service description. - The Contractor s Security of material plan - The Contractor s security/emergency plan - The Contractor s Training plan - The contractor driver s responsibilities and the ability to provide names and identification information on potential cleared drivers already possessing a clearance. - The Contractor s Past performance submitted 20. PAST PERFORMANCE: The contractor shall provide recent (past 3 years) and relevant (same or similar) work performed. For each contract/subcontract, include the following: - Client agency or company name and address; - Type, description and scope of service provided; - Contract number, start and end date, Contract type and dollar amount; NOTE: OPM would consider past performance if the contractor?s past performances were similar or the same scope contracts in the past three years. This would also include past performance contracts with transporting or securing similar type work 21. PRICING PROPOSAL: The pricing proposal shall be completely separate from the technical proposal and shall contain: - The names and telephone numbers of the persons authorized to conduct oral discussions/negotiations for the offeror; - A representation of the offeror s intent to be bound by the offer if the Government chooses to award without discussions; - An executed copy of all representations and certifications - A completed schedule of prices for each contract line item contained in Attachment B. ALL QUESTIONS MUST BE SUBMITTED/EMAILED NLT 4:00 PM EST, MAY 28, 2007. SUBMIT QUESTIONS TO OFFICE OF PERSONNEL MANAGEMENT, ATTN: JOY CHRISTIE, joy.christie@opm.gov ATTACHMENTs A & B To obtain a copies of the ATTACHMENT A - TIME TABLES and ATTACHMENT B - TABLE FOR PRICING for the Courier Services RFQ - SOL070000064 please submit your requests NLT 11:00 AM EST, JUNE 1, 2007 BY EMAIL to: Office of Personnel Management, ATTN: Joy Christie, joy.christie@opm.gov QUOTATIONS ARE DUE NLT 1:00 PM EST, JUNE 5, 2007. All responsible sources may submit a quotation, which will be considered by the Agency. Request that four (4) copies of offeror s quotation be submitted and one (1) electronic copy (Send to joy.christie@opm.gov ) SUBMIT QUOTATIONS TO OFFICE OF PERSONNEL MANAGEMENT, MSD/CCFAS, ATTN: CONTRACTING GROUP, JOY CHRISTIE, 1900 E. STREET, NW, ROOM 7316, WASHINGTON, DC 20415-0001 The provision at FAR 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006) is applicable and is addended as follows: rate FAR 52.252-1 Solicitation Provisions Incorporated by Reference is incorporated, address http://arnet.gov/far. The provision at FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) is applicable; award will be based on Best Value to the Government, which includes Technical, Past Performance, and Price. The Government intends to make a single award to the responsive and responsible quoter whose quote is the most advantageous to the Government. Offerors are instructed to submit completed copies with the quote of FAR Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006). Include CCR, DUNS, CAGE CODE AND TAX ID numbers with the quote. FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005) applies to this acquisition and is addended to incorporate the following clauses: 52.252-2 Clauses Incorporated by Reference, address http://arnet.gov/far. The FAR Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2006) applies to this acquisition and the following additional FAR Clauses cited within the clause also apply: 52.216-18 Ordering (OCT 1995); 52.216-19 Order Limitations (OCT 1995); 52.222-3 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-22 Previous Contracts and Compliance Reports (FEB 1999); 52.222-26 Equal Opportunity (APR 2002); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era ( SEP 2006); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (SEP 2006); 52.224-01 Privacy Act Notification (APR 1984); 52.224-02 Privacy Act (APR 1984); 52.228-05 Insurance - Work On A Government Installation (JAN 1997); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); 52.232-18 Availability Of Funds (APR 1984); 52.232-19 Availability Of Funds For The Next Fiscal Year (APR 1984); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-03 Continuity of Services (JAN 1991); 52.222-41 Service Contract Act of 1965, as Amended (JUL 2005); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) Driver (Blue Collar) $18.40; and 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (MAY 1989); 52.223-10 Waste Reduction Program (Aug 2000). FAR Clause 52.217-8 Option to Extend Services (NOV 1999) 30 days and 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 30 days are hereby incorporated. The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this acquisition. OPM SPECIFIC CLAUSES OPM-1 ON-SITE WORKING CONDITIONS (a) OPM facilities are smoking restricted workplaces. Due to the nature of the work, facilities, and requirements, contractor staff may only smoke outside in designated smoking areas. (b) Normal operating hours are 7:00 am to 5:30 pm, Monday through Friday. Meeting task objectives within specific timeframes may require the working of extended/overtime hours. Any extended hours must be authorized in advance, and certified as worked by the task Government Project Manager(s). (c) Government personnel observe the following days as holidays: New Year?s Day January 1 * Martin Luther King?s Birthday Third Monday in January President?s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4* Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25* * If the date falls on a Saturday, the Government holiday is the preceding Friday. If the date falls on a Sunday, the Government holiday is the following Monday. (d) In addition to the days designated as holidays, the Government observes the following days: ? Any other day designated by Federal Statute ? Any other day designated by Executive Order ? Presidential Inauguration Day ? Any other day designated by the President?s Proclamation (e) It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation except as set forth within the contract. In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked. This provision does not preclude reimbursement for authorized overtime work if applicable to this contract. (f) When the Federal, State, Local or other Governmental entity grants excused absence to its employees, assigned Contractor personnel may also be dismissed. The Contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and must be guided by the instructions issued by the CO or COR. (g) If Government personnel are unavailable due to furlough or any other reason, the Contractor must contact the CO or the COR to receive direction. It is the Government's decision as to whether the contract price/cost will be affected. Generally, the following situations apply: (1) Contractor personnel who are able to continue contract performance (either on-site or at a site other than their normal workstation), must continue to work and the contract price shall not be reduced or increased. (2) Contractor personnel who are not able to continue contract performance (e.g., support functions) may be asked to cease their work effort. This may result in a reduction to the contract price. OPM-2 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS [FAR 4.403] (a) The Contractor must comply with Homeland Security Presidential Directive (HSPD) 12, Policy for a Common Identification Standard for Federal Employees and Contractors. Detailed guidance is provided in the U.S. Office of Management and Budget (OMB) Memorandum M-05-24, which is available on-line at http://www.whitehouse.gov/omb/memoranda/fy2005/m05-24.pdf. (b) The Government may require security clearances for performance of this contract. The Contractor must obtain these clearances before beginning work on the contract (OPM will not allow Contractor employees without clearance in any of its facilities). If satisfactory security arrangements cannot be made with the Contractor, the required services must be obtained from other sources. (c) The level of classified access required will be indicated on DD-254 or other appropriate form incorporated into each request requiring access to classified information. Contractors are required to have background investigations for suitability if they occupy positions of trust (e.g., systems administration) even if they do NOT have access to classified information. (d) Necessary facility and/or staff clearances must be in place prior to start of work on the contract (e) Contractors are responsible for the security, integrity and appropriate authorized use of their systems interfacing with the Government and or used for the transaction of any and all Government business. The Government, through the Government's Contracting Officer, may require the use or modification of security and/or secure communications technologies related to Government systems access and use. (f) The Government, at its discretion, may suspend or terminate the access and/or use of any or all Government access and systems for conducting business with any/or all Contractors when a security or other electronic access, use or misuse issue gives cause for such action. The suspension or termination may last until such time as the Government determines that the situation has been corrected or no longer exists. OPM-3 Announcement of Contract Award [FAR 5.3] OPM complies with FAR 5.3, Synopses of Contract Awards, in terms of synopsizing and publicly announcing contract awards. These actions take place at the time of, and not before, the contract is awarded. Contract award, in this case, means signature of the contractual document by the Contracting Officer and forwarding of the contractual document to the contract awardee. If the contract awardee wishes to make a separate public announcement, the awardee must obtain the approval of the Contracting Officer prior to releasing the announcement, and must plan to make announcement only after the contract has been awarded. Due to space limitations per document for combined synopsis/solicitations in FedBizOpps this DOCUMENT is CONTINUED. (OPM CLAUSES) ON ADMENDMENT 2 and ADMENDMENT 3 (OPM CLAUSES CONTINUED)
 
Place of Performance
Address: The Center for Retirement and Insurance Services (CRIS), 1137 Branchton Road, Boyers, PA
Zip Code: 16017
Country: UNITED STATES
 
Record
SN01297247-W 20070519/070517221752 (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 |
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.