Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

R -- Armored Car Services

Notice Date
3/4/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - HAVO Hawaii Volcanoes NP PO Box 52/One Crater Rim Drive Hawaii National Park HI 96718
 
ZIP Code
96718
 
Solicitation Number
Q8302091017
 
Archive Date
3/4/2010
 
Point of Contact
Traudel L. Haney Supervisory CS/MABO Lead 8089856007 trudy_haney@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The National Park Service contemplates award of a firm fixed price service contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 dated 02/17/2009. THIS ACQUISITION IS CONDUCTED UNDER A TOTAL SMALL BUSINESS SET-ASIDE. This solicitation is set aside for Small Business Concerns and the North American Industry Classification Systems (NAICS) code is 561613. The Size Standard is $12.5 million. Quoters shall e-mail and/or fax their quotations to Traudel L.Haney at trudy_haney@nps.gov, FAX 808-985-6107. Quotes shall be submitted so as to insure arrival by 2:00 pm Hawaii Standard Time, Monday, April 6, 2009. Address questions regarding this solicitation to Traudel L. Haney, via email only- reference in the subject line (Solicitation No. Q8302091017 Armored Car Services) trudy_haney@nps.gov The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q8302091017 and is issued as a Request for Quotation (RFQ). This is a service contract and service contract wage rates apply. Wage determinations under the Service Contract act can be downloaded from the following website: www.wdol.gov. This Service Contract period shall be Base for six (6) with an option 1 for another six (6) months based upon the availablity of funding clause for the next fiscal year. This solicitation document and incorporated provisions and clauses are in effect through FAC 2005-30. The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition.The provision at 52.212-3, Offeror Reps and Certs - Commercial Items, applies to this acquisition.The provision at 52.212-4, Contract Terms and Conditions for Commercial Items, applies to this acquisition.FAR Clauses 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 52.222-21 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 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.223-5 Pollution Prevention & Right to know; FAR 52.225-13 Restriction on Certain foreign Purchases; FAR52.232-33 Payment by Electronic 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. FAR 52.215-5 FACSIMILE Proposal WILL BE accepted at fax #808-985-6107. It is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes. FAR 52.222-42 STATEMENT 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 BenefitsLabor Category:Grade:Rate:01060 Dispatcher, Motor VehicleGS5-2 $17.0227102 Guard IIGS5-2 $15.02 The full text of these clauses may be accessed electronically at this address: http://www.acqnet.gov/far Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations 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. Option to Extend the Term of the Contract (Mar 2000) 15.02(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 months (1) Year. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (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)Price2)Past Performance Past perforamce will be evaluated based on the following sub-factors listed in descending order of importance:a) Timeliness of Performanceb) Quality of Workc) Business Relations Contractor shall provide a minimum of three references with name of company, point of contact, and phone number for past performance.Award will be made to the offeror whose quote represents the best value to the Government, price and past performance combined, each being equal in importance. DESCRIPTION OF REQUIREMENTS Scope of work: The contractor shall provide all personnel, supervision, transportation (armored car vehicles), and labor (armed professional guards) and other times and services necessary to perform the driving, pick-up and delivery of cash and other monetary documents (checks, etc.) from the location(s) specified. The contractor shall perform to the standards and specifications in this contract. The Government reserves the right to cancel or adjust scheduled trips without penalty by notifying the Contractor the day prior to scheduled service. SCHEDULE OF SERVICES:Hawaii Volcanoes National ParkFee Collection Office - Building #16Hawaii National Park, Hawaii 96718POC: Faelyn Jardine (808) 985-6150Daily - Monday through Friday with the exception of National Holidays8 AM - 4:00 PMTransport for Deposit at First Hawaiian Bank, Main Branch, 1205 Kilauea Avenue, Hilo, Hawaii 96720 If additional runs are requested by the government, an additional fee may be assessed by the Contractor. TIME SCHEDULE:Should the Contractor arrive at the pick-up location earlier than designated in the Schedule of Services and personnel are not available, the contractor's representative shall wait until the scheduled hours of pick-up. If the contractor is delayed, the courier will call (808) 985-6150 or (808) 985-6007 to verify whether anyone will be available for pickup.RECEIPTS: The armored car guard(s) shall report to the Contracting Officer's Representative (COR), who shall sign, date, and obtain a copy of the contractor's properly completed standard pick-up receipt. The contractor agrees to give a receipt for every deposit received and made for Hawaii Volcanoes National Park at the time of pick-up. Such receipt, when signed by the contractor shall constitute evidence that the distinctively and securely sealed container(s) has been received, and that the contractor accepts, as stated, carriage of sealed container(s)/ Any and all liabilities which arise or may arise under this agreement begin with the proper delivery of the distinctively and securely sealed container(s) to the contract carrier and terminate with the delivery of the distinctively and securely sealed container(s) by the contractor to the designated consignee (financial institution) named in this agreement and the receipt given to the contract carrier by the consignee. PERSONNEL: The Contractor shall provide personnel who possess the skills, knowledge, and training to satisfactorily perform the services required by this contract. The contractor has the sole responsibility of training, providing uniforms, equipping, supervising, and discharging of all employees. SECURITY: The contractor shall be responsible for inspections for armored vehicles and armed personnel. The contractor shall submit a list of designated individuals, including current color photographs, for individuals who will be responsible for the pick-up/delivery of monies to the designated location. Contractor employees shall observe and adhere to all applicable federal, state and county laws, codes and regulations in connection with the performance of this contract. An armored car vehicle shall be used for transporting monetary documents. The contractor shall transport necessary documentation indicating amounts transported and any return deposit documents. TRAINING: The contractor shall ensure that all employees are qualified to use the type of weapon issued by the firm in accordance with state and county regulations. The contractor is also responsible for weapon re-qualification. A copy of the individual qualification/re-qualification shall be made available to the contracting officer or COR upon request. All cost associated with this training shall be borne by the contractor. INSURANCE REQUIREMENTS: Contractor shall maintain the minimum state required insurance of properties on board of any one conveyance covered under this contract and shall furnish a certificate thereof to the Contracting Officer. Contractor shall ensure that the contract number is annotated on the insurance forms. 1452.228-70LIABILITY INSURANCE - DEPARTMENT of the INTERIOR (JUL 1996)(a)The Contractor shall procure and maintain during the duration of this contract liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less that as follows: $20,000 each person$500,000 each occurrence$200,000 property damage (b)Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. INVOICES: Contractor shall submit monthly invoices to:Hawaii Volcanoes National ParkAttn: Claudette MorenoP.O. Box 52Hawaii National Park, HI 96718 All invoices shall include the Purchase Order number, Service Dates (Jan 1 thru Jan 30, 2009...ie) and Due Dates. Please provide the following information : PRICE SCHEDULE-QUOTE Line No. 0001 May 2009 1 months at Unit Price of ____________ = Total Cost __________ Line No. 0002 June 2009 1 months at Unit Price of ____________ = Total Cost __________ Line No. 0003 July 2009 1 months at Unit Price of ____________ = Total Cost __________ Line No. 0004 August 2009 1 months at Unit Price of ____________ = Total Cost __________ Line No. 0005 September 2009 1 months at Unit Price of ____________ = Total Cost __________ Line No. 0006 Option 1 exercised until IDIQ can be competed and/or based of Fiscal YR Funding October 2009 at Unit Price of ____________ = Total Cost __________ November 2009 at Unit Price of ____________ = Total Cost __________ December 2009 at Unit Price of ____________ = Total Cost __________ January 2010 at Unit Price of ____________ = Total Cost __________ February 2010 at Unit Price of ____________ = Total Cost __________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4cf7d6cbaf1436a85961705ad5d189fa&tab=core&_cview=1)
 
Place of Performance
Address: Hawaii Volcanoes National ParkHawaii National Park, Hawaii<br />
Zip Code: 967180052<br />
 
Record
SN01761527-W 20090306/090304215958-4cf7d6cbaf1436a85961705ad5d189fa (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.