MODIFICATION
V -- Courier Services for dedicated daily deliveries for OPM FISD Boyers, PA and OPM FISD DC facilities
- Notice Date
- 6/12/2007
- 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
- SOL070000070
- Response Due
- 6/21/2007
- Point of Contact
- Joy Christie, Contract Specialist, Phone 202-606-4215, Fax 202-606-3201, - Sheron Spann, Contract Specialist, Phone 202-606-3209, Fax null,
- E-Mail Address
-
joy.christie@opm.gov, Sheron.Spann@opm.gov
- Description
- Part 2 - CONTINUATION PAGES FROM SOL070000070 COMBINED SYNOPSIS PARAGRAPHS. 11. SECURITY OF OPM DOCUMENTS, CORRESPONDENCE AND MATERIAL/WAREHOUSE (SECURE) HOLDING AREA: ABSOLUTELY AT NO TIME AND UNDER NO CIRCUMSTANCES WILL THE CONTRACTOR LEAVE OPM MATERIAL UNATTENDED WHILE IN THEIR POSSESSION. OPM has the right to randomly audit the contractor for compliance with these guidelines. If the contractor is found leaving OPM material unattended, OPM has the right to take monetary deductions from the contract or remove the contractor, at OPM s sole discretion. THE CONTRACTOR MUST NOT ACCEPT ANY UNLOCKED LOCKBOXES AT ANY OPM FACILITY AT ANYTIME DURING THE LIFE OF THIS CONTRACT. The contractor must assure that each lockbox is properly locked before loading at each OPM facility. OPM has the right at anytime to inspect material being unloaded from the contractor s courier vehicle (s). If the contractor is in possession of unlocked lockboxes or unsealed boxes the contractor will be held accountable for the unlocked lockboxes or unsealed boxes. OPM has the right to monetarily deduct from the contract or remove the contractor from this contract if these situations occur. In addition, if OPM material is lost, stolen, compromised or damaged during the deliveries due to unlock lockboxes or unsealed boxes; OPM has the right to seek monetary damages resulting from: the cost of recovery/replacement of OPM material, expense of OPM investigation, lawsuits against OPM due to compromised material, and damage to any government property. OPM has the right to remove the contractor if any of these situations occur during the delivery process. IF OPM MATERIAL IS LOST, STOLEN, COMPROMISED OR DAMAGED, IN THE PERFORMANCE OF THIS CONTRACT, THE CONTRACTOR MUST CONTACT THE COR WITHIN 30 MINUTES OF DETECTION. FURTHERMORE, THE CONTRACTOR WILL ALSO NOTIFY THE CHIEF OF THE OPM-FISD-FOI/PA TEAM OR THE DESIGNATED PERSON FOR FOIPA FOR ANY SITUATIONS PERTAINING TO LOST, STOLEN, OR DAMAGED OPM MATERIAL. OPM has the right to conduct an investigation or direct the contractor to conduct an investigation into the incident at the contractor s expense. The contractor must report findings of its investigation to OPM within 48 hours of the incident. The contractor and its personnel must fully cooperate with OPM s investigation. (Noncompliance with the terms and conditions of this requirement will render the contractor/proposal as non-responsive.) Note: The courier driver will be authorized brief short ventures (up to 10 minutes) from the vehicle as long as the driver could return to the vehicle within 10 seconds of the alarming sounding. Also the alarm must be activated at all times excluding loading or unloading the vehicle. The contractor must identify and submit the location of a secure holding area or warehouse in its proposal for the rare situations when OPM material cannot be delivered to the approved OPM location. The secure holding area or warehouse must be inspected and approved by FISD?s Security and Safety Team. The contractor?s secure warehouse/storage unit must have minimal capability to include: - Storage facility be alarmed and locked to include windows. - A credible response force which can respond to an intrusion alarm in a reasonable amount of time. - Emergency response contractor personnel who can stand by in place of the intrusion alarm in case of a power outage. 12. 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. 13. EMERGENCY PLAN: When conditions occur such as inclement weather, facility closings, pandemic threats, terrorists threats, etc., that affect delivery the Contracting Officer Representative (COR) will attempt to notify the contractor as soon as possible of the situation. Furthermore, the contractor must notify the COR of any situation pertaining to inclement weather, pandemic threats, or terrorists threats that might affect deliveries. If these situations occur and the contractor is in possession of OPM documents, the contractor must properly secure OPM documents in their OPM-approved designated warehouse or secure holding area. If the contractor cannot access their OPM-approved secure warehouse or holding area due to the above conditions, the contractor must contact the COR for further coordination and OPM approval of a secured holding area. There may be situations that will require pickup/drop off to be delayed. When there are no employee(s) available to receive the delivery at the OPM facility, contractor will make arrangements to make drop-offs at an OPM-approved contractor secure holding area. If the OPM approved route plan between facilities is not accessible or temporarily shutdown, the contractor must notify the COR of these situations. In these conditions, the contractor must provide OPM a temporary alternative route plan. THE CONTRACTOR MUST SUBMIT AN ALTERNATIVE ROUTE PLAN ALONG WITH THEIR PRIMARY ROUTE PLAN IN THEIR PROPOSAL. If one or more facilities cannot be accessed for an extended period of time due to but not limited to a pandemic threat, terrorist attacks, and temporary closed facility; OPM has the right to add alterative facilities or change requirements to the contract that will accommodate OPMs mission. The contractor will be notified of the situation along with changes in requirements. THE CHANGE IN LOCATION SHOULD NOT HALT CONTINUITY OF OPERATIONS. THE CONTRACTOR SHALL PROVIDE OPM WITH A PLAN TO SECURE THE GOVERNMENTS MATERIAL IN CASE OF ANY UNFORESEEN CIRCUMSTANCES SUGGESTED ABOVE. The plan should include situations such as (i.e. breakdowns, accidents, medical emergencies) while en-route between the OPM facilities. This plan will include a dispatch timeframe for breakdowns, accidents, and medical emergencies. The contractor will ensure the plan is disseminated to and utilized by its drivers. 14. 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. 15. CONTRACTOR/DELIVERY DRIVER RESPONSIBILITIES/CONTACTS: 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 14 Training Plan. 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. 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. 15. A. BACKGROUND INVESTIGATIONS/STAFFING: 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. 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.A. BACKGROUND INVESTIGATIONS/STAFFING). 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: 1. The contractor?s complete understanding of the service descriptions A. Implementation/ Start Up Plan B. Organization/Management Plan C. Key Personnel/Corporate Experience D. Security Requirements for Contractor Personnel/Insurance E. Monthly Reports/Performance F. Quality Control Plan 2. Security of OPM Material Plan/ Warehouse/Secure Holding Area A. Vehicle Specification 3. Emergency Plan 4. Training Plan 5. Contractor/Delivery Driver Responsibilities/Contacts A. Background Investigations/Staffing 7. The Contractor?s Past performance submitted 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; 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. 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 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. DOCUMENT CONTINUED - Due to space limitations OF A combined synopsis/solicitations in FedBizOpps this DOCUMENT is CONTINUED ON SEPARATE AMENDMENTS ? (OPM CLAUSES CONTINUED) ON AMENDMENT 2.
- Place of Performance
- Address: OFFICE OF PERSONNEL MANAGEMENT, Center for Contracting, Facilities & Adminstrative Services, CONTRACTING GROUP, 1900 E. STREET, NW, ROOM 7316, WASHINGTON, DC
- Zip Code: 20415
- Country: UNITED STATES
- Zip Code: 20415
- Record
- SN01316976-W 20070614/070612221752 (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 |