Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2008 FBO #2518
SOLICITATION NOTICE

W -- Rental of Refrigerated Truck with Driver

Notice Date
10/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-09-T-0003
 
Point of Contact
Luz L Rayel,, Phone: 804-734-8660, Melissa A Rios,, Phone: 804-734-8680
 
E-Mail Address
luz.rayel@deca.mil, melissa.rios@deca.mil
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Notice – Refrigerated Truck with Driver Solicitation No.: HDEC05-09-T-0003 Response Date: October 22, 2008 POC: Luz Rayel Fax: 804-734-8669, Phone: 804-734-8660 Place of Performance: Fort Lee, VA 23801-1800 Total Small Business Set-Aside Classification Code: W FSC Code: V003 NAICS Code: 484110 SIC Code: 4212 Size Standard: $25.5 million Description: Refrigerated Truck with Driver A) This is a combined synopsis and solicitation for commercial items (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 HDEC05-09-T-0003 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-27, DFARS Change Notice 20080915, 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 $25.5 million. E) Contract Line Item Numbers (CLINS) – Provide Pricing in the following format: Nov 3, 2008 thru Oct 31, 2009 0001 Contractor shall submit a breakdown of the cost in accordance with the Statement of Work to include: Rental of Refrigerated Truck per Day Cost per Refrigeration Hour Mileage Rate Other Direct Cost Total Cost in this Line Item: $ ____ x 12 months = $ __________ 0002 Return Trip: $ _____ x 104 (est) per year = $ __________ 0003 Fuel Surcharge: Cost of Fuel used in calculation of CLIN 0001: $________ Number of Gallons per Trip used in calculation of CLIN 0001: ______ Fuel surcharge calculations will be based on: Actual cost of fuel at time of trip minus (-) cost of fuel used in original proposal = Increased Fuel Costs. Increased Fuel Costs (x) Gallons Used per Trip = $______ Allowable Fuel Surcharge Example: $4.01 (actual fuel cost) – $2.68 (cost at time of proposal) = 1.33 (Fuel Increase) $1.33 (Increase) x 47 gallons = $62.51 Allowable Fuel Surcharge Nov 1, 2009 thru Oct 31, 2010 1001 Contractor shall submit a breakdown of the cost in accordance with the Statement of Work to include: Rental of Refrigerated Truck per Day Cost per Refrigeration Hour Mileage Rate Other Direct Cost Total Cost in this Line Item: _____ x 12 months = $ __________ 1002 Return Trip: $ _____ x 104 (est) per year = $ __________ 1003 Fuel Surcharge: Mileage rate x ___% = $ __________ 1003 Fuel Surcharge: Cost of Fuel used in calculation of CLIN 0001: $________ Number of Gallons per Trip used in calculation of CLIN 0001: ______ Fuel surcharge calculations will be based on: Actual cost of fuel at time of trip minus (-) cost of fuel used in original proposal = Increased Fuel Costs. Increased Fuel Costs (x) Gallons Used per Trip = $______ Allowable Fuel Surcharge Example: $4.01 (actual fuel cost) – $2.68 (cost at time of proposal) = 1.33 (Fuel Increase) $1.33 (Increase) x 47 gallons = $62.51 Allowable Fuel Surcharge F) DESCRIPTION OF REQUIREMENTS: The Contractor shall provide all personnel, supervision, labor, materials, equipment, transportation and other items and services necessary to provide refrigerated truck with driver in accordance with the terms and conditions specified in the Statement of Work below. The period of performance will be a base year starting Nov 3, 2008 and one one-year option. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors – Commercial Items Offers shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; 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 and FAX NUMBERS of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. PAST PERFORMANCE REFERENCES: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years (Provide the company name, point of contact, phone number and fax number). The contractor is advised that the Government will contact the references provided; therefore, the references should be knowledgeable of the offeror’s performance on that contract. Quotation shall 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). PERIOD OF ACCEPTANCE OF OFFERS: The quotation shall state the agreement to hold the prices contained therein firm for 120 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. 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 (except in accordance with paragraph f of FAR 52.212-1). The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Past Performance I. Price: Price will be evaluated by adding the total price for all Base Year Line Items to the total price for all the option year. II. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: 1. Timeliness 2. Quality of Work 3. Business Relations Award will be made to the lowest-priced, technically acceptable Offeror (price and past performance combined). (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 (Nov 2006)(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 applies to this acquisition. L) Statement of Work: STATEMENT OF WORK FOR REFRIGERATED TRUCK WITH DRIVER FOR PICK-UP AND DELIVERY OF MEAT, PRODUCE AND DRY GROCERY CONTRACTOR RESPONSIBILITIES: The Contractor shall provide all personnel, supervision, labor, materials, equipment, transportation and other items and services necessary to provide one 18-foot Chill (Refrigerated) Truck with driver to pick-up and transport/deliver meat, produce, dry grocery and other merchandise e.g. supplies from the Defense Commissary Agency, Fort Lee Commissary, Building 1600, Fort Lee, Virginia 23801 to the Sugar Grove Commissary, NSGA, Building 30, Sugar Grove, West Virginia 26815 in accordance with this contract. SECURITY. The Contractor shall be responsible for obtaining installation access as required for all Contractor employees authorized to work at the site. Contractor employees may be denied access to the military installation by the installation law enforcement officials if it is determined that such entry may be contrary to good order, discipline or the security of the installation. The installation may bar Contractor employees from entering the military installation under the provision of Title 18, Untied States Code Section 1382. HOLIDAY CLOSURES. The Contractor shall comply with the Government’s instructions concerning which days the commissary will be closed in observance of the holidays and/or other activities as determined by the Store Director. Because some holidays may fall on a day that the commissary is normally closed, the Government will determine and advise the Contractor, at least 2 weeks in advance of the holiday, of the date the commissary will be closed in observance of the holiday. INCLEMENT WEATHER, EMERGENCY OR OTHER CONDITIONS. The Store Director will inform the Contractor when the commissary is closed due to inclement weather, emergencies or other conditions. Information on closures that occur before or after normal business hours may be obtained from the local radio/TV stations. WORK SCHEDULE. Contractor shall arrive no later than 0630 to load the truck prior to scheduled departure time from the Fort Lee Commissary. Service shall be performed Tuesday and Thursday during the following hours: Day of the Week Leave Fort Lee Delivery Sugar Grove Tuesday 0700 1100 to 1230 Thursday 0700 1100 to 1230 Note: The mileage one-way from Fort Lee Commissary to the Sugar Grove Commissary is between 175 and 200 miles, depending on route taken by carrier. EMERGENCY DELIVERIES. In cases of emergency or disaster, the Government may contact the contractor if a need exists for additional pick-up and deliveries from Fort Lee Commissary to the Sugar Grove Commissary. Additional deliveries shall be added to the contract by modification. PRODUCTS. Products shall be shipped in cardboard boxes. Each box will weigh no more than 10 pounds, and shall be approximately 28 inches long X 24 inches wide X 18 inches deep. There will be an estimate of 35 to 50 boxes for Tuesday and 50 to 75 for Thursday except for peak days when there will be an estimate of 20 to 30 boxes for Tuesday and 40 to 50 for Thursday. Peak days occur around the military payday of the 1st and 15th of each month. Peak periods will normally be two days before and one day after the military payday. The carrier must provide tie-down restraints and ensure that all products are properly loaded and secured to preclude any damage in transit. LOADING. All loading/off loading of merchandise shall be the responsibility of the contractor. Products shall be placed on loading dock in cardboard boxes by the Government personnel at the Fort Lee Commissary (estimated 30 minutes for Government to place boxes on loading dock, count total number, obtain carrier signature, and padlock the truck). OFFLOADING. The Government personnel will take delivery of the products at the Sugar Grove Commissary from the tail gate or loading dock (estimated 30 minutes for the Government to take the pad lock off, verify number of boxes, obtain Medical Food Inspector approval, and obtain carrier signature). VEHICLE SECURITY. The Government will secure the transport vehicle with a Government furnished padlock when loading is completed at the Fort Lee Commissary. The carrier will sign a receipt for the number of boxes loaded. The Government will remove the pad lock upon arrival of the transport vehicle at the Sugar Grove Commissary and the contractor will again sign receipt for the number of boxes unloaded. TEMPERATURE OF TRANSPORT VEHICLE. The interior temperature of the transport vehicle must be maintained between 32 and 38 degrees Fahrenheit and verified with a temperature monitor in back of truck. Any product that is rejected at the delivery point by the Medical Food Inspector because of improper internal vehicle temperature or unsanitary internal vehicle sanitation will be the responsibility of the carrier and damages will be assessed based on the sale value of the merchandise rejected. RETURN TRIPS - from Sugar Grove Commissary to Fort Lee Commissary will be provided by contractor only “as needed and necessary” not to exceed 104 return trips. TRUCK MAINTENANCE. The contractor is responsible for all maintenance on the refrigerated truck. In the event of a vehicle malfunction or breakdown, the contractor will provide a substitute vehicle so as not to interrupt the mission. DELIVERY TICKETS: The contractor shall furnish a delivery ticket at time of each pick-up and delivery. The Delivery Ticket for pick up at Fort Lee shall list the quantity of boxes picked-up. The delivery ticket at Sugar Grove must be signed by the Store Director (or Designated Representative) for acceptance of shipment. One copy of the validated delivery ticket shall be left with the Government. A copy of each delivery ticket shall be submitted along with each monthly invoice. INVOICING. The contractor shall submit invoices to the address in Block 18a of the Standard Form 1449, contract award document. One additional copy of the invoice shall be forwarded to the Fort Lee Commissary for preparation of the receiving document. In order to be considered a valid invoice, the following information must be on each invoice: Name and Address of Company Contract/Purchase Order Number Contract Line Item Number (CLIN) Invoice Number Date Monthly Total Charge M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Representation; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Person; FAR 222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); FAR 52.223-5 Pollution Prevention & Right-to-Know; FAR 52.223-12 Refrigeration Equipment and Air Conditioners; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Eletronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 Alt III Transportation of Supplies by Sea N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). FAR 52.215-5 FACSIMILE PROPOSALS - 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. 52.204-4500INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 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 24 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. 52.228-4501 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 private 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 of Virginia. (2) Employer’s Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 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 52.222-42STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits Labor Category:Grade:Rate: 31363 - Truck Driver, HeavyWG8-2$20.85 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, paragraph (c)(1). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. If you are unable to obtain a copy of the Wage Determination(s) at www.wdol.gov, please contact the Contract Specialist listed below. Wage Determination Number(s) (State, County): 05-2545 Rev 9 (VA, Prince George) Labor Category: Truck Driver, Heavy 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 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. O) Not applicable. 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (a) Definition. "Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. 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 OCTOBER 22, 2008. S) The point of contact for this solicitation is Luz G. Rayel, 804-734-8660 or luz.rayel@deca.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=efce16de427c3586812e2e6666b082ed&tab=core&_cview=1)
 
Record
SN01692743-W 20081018/081016215012-efce16de427c3586812e2e6666b082ed (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.