MODIFICATION
R -- Courier Services - Houston - Amendment 1
- Notice Date
- 9/10/2009
- Notice Type
- Modification/Amendment
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
- ZIP Code
- 75247
- Solicitation Number
- HSCEMD-09-Q-00049
- Archive Date
- 10/1/2009
- Point of Contact
- Eva L. Fulton, Phone: 2149055392
- E-Mail Address
-
eva.fulton@dhs.gov
(eva.fulton@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment to Price Schedule - necessary for completion and proposal submission. Amendment 1 - This amendment does not change the Proposal Submission date or time. The Response date remains the same. QUESTIONS AND ANSWERS 1. What is the pricing history on this requirement? There is no pricing history on this requirement as it is a new requirement. 2. Is the service vehicle provided by the client? The contractor will provide their own service vehicle. The vehicle must be properly insured according to the laws of the state in which the service is performed. The Government will provide the containers for which the documents are contained and couried. 3. Should I provide a resume? Provide any information pertaining to your firm which will aid in the establishment of past performance, technical capabilities, and experience. See Evaluation of Offers below. 4. Concerning the Unscheduled runs - there should only be 208 for each period of performance. (See attached Amended Price Schedule). Anticipate no more than 1 run per external alternate location one time a week. Anticipate driving to each location with the shortest distance in mind from one of the other locations. This may or may not be in combination with other locations depending upon the needs of the program office. 5. Are there any anticipated wait times at each stop? No, there are no anticipated wait times at each stop. Additional changes to the technical portion of the combined synopsis/solicitation: Period of Performance for this requirement shall be one 12-month base period with four additional one-year option periods. The performance period will begin upon issuance of Notice to Proceed (NTP). NTP shall be issued upon notification that at least one contractor employee has receive an approved background security check. Evaluation of Offers - Offers will be evaluated according to FAR Part 13, Simplified Acquisition Procedures. Award will be made to the technically acceptable offer with the lowest total price*. Technical acceptability will be based upon successful performance of courier services within the past three years. Successful performance shall be determined by the Contracting Officer. Offeror's shall provide up to three points of contact (name, company, telephone number, email address) for courier services performed within the past three years. * Total price will be based upon the cumulative price of the base period of performance plus the additional option periods, however, an offer may be rejected if the Contracting Officer determines prices are unbalanced. Insurance: By submission of an offer, the offeror certifies that their drivers shall maintain state required driver's licenses for courier services and that the firm shall maintain at least the minimum insurance liability requirements in the state of operations. The offeror shall also maintain Reconstruction Insurance to cover reconstruction of documents in case of loss or damage during transportation. Bonding: All references to bonding are removed. Additional FAR Clauses: 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 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 within 15 calendar days before the contract expires. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 54 months. (End of Clause) Economic Price Adjustment for Gasoline: The awarded prices for the option period line items, if exercised, shall be adjusted for increases/decreases in gasoline prices at time of exercise. (a) To the extent that contract cost increases/decreases are provided for by this economic price adjustment clause, the offeror warrants that the prices in this proposal for any option periods do not include any amount to protect against such contingent cost increases (no increases for gasoline prices included in the option periods). (b) The cost index, for the purpose of price adjustment under this clause, shall be the Bureau of Labor Statistics Consumer Price Index, Average Price per Gallon for Chicago, Gasoline, unleaded regular, available at http://www.bls.gov/cpi/data.htm. (1) The Base Index, for the purposes of price adjustment under this clause, shall be 2.64, the most recent index published prior to the issue of this solicitation (rounded.5 and up, to the next higher number). This Base Index shall remain constant throughout the life of the contract, including all options. (2) The Adjusting Index shall be the most recent Index published on the date the Government provides the contractor preliminary written notice of its intent to exercise an option period. In the event the Bureau of Labor Statistics Consumer Price Index, Average Price per Gallon for Chicago, Gasoline, unleaded regular discontinues, or alters substantially, its method of calculating the Index cited herein, the parties shall mutually agree upon an appropriate substitute for determining the price adjustment described herein. (c) In preparation for exercise of an option period, the Contracting Officer shall apply the difference between the Base Index and the Adjusting Index to the option year prices by multiplying the increase/decrease times the number of gallons identified for each line item. Only the line items of the option year being exercised will be adjusted. (d) An example of an adjustment calculation is provided below for informational purposes only. For purposes of this example, assume that the contract price for the option period being exercised $2,000.00 per month, and includes costs for 200 gallons of gasoline. If the Base Index (the most recent index published prior to the issue of this solicitation) is $2.64 per gallon and Adjustment Index (the most recent Index published on the date the Government provides the contractor preliminary written notice of its intent to exercise an option period) is $2.79 per gallon, the calculations for contract price adjustment would be as follows: Adjusting Index $2.79 per gallon Minus the Base Index -$2.64 per gallon Equals increase (or decrease) to the Base Index $.15 increase Option Line Item gasoline quantity multiplied by increase (or decrease) 200 *.15 = $30.00 Option Line Item price adjusted by increase ( or decrease) $2,000.00 + $30.00 = $2,030.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/HSCEMD-09-Q-00049/listing.html)
- Place of Performance
- Address: 126 Northpoint Drive, Room 2020, Houston, Texas, 77060, United States
- Zip Code: 77060
- Zip Code: 77060
- Record
- SN01949187-W 20090912/090911000714-dfc8b7d8e6627b8b0b69705316264f37 (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 |