Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

R -- Armored Car Courier Services Yuma Proving Ground Yuma, AZ 85365

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Yuma Proving Ground DOC, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W905MW0020LM04
 
Response Due
2/22/2010
 
Archive Date
4/23/2010
 
Point of Contact
DJ Neal, 928-328-6916
 
E-Mail Address
Yuma Proving Ground DOC
(dale.neal1@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 1.6, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-38) (01 Feb 2010) and Defense Federal Acquisition Regulation Supplement (DFARS) current to DCN 20091229 edition. Government Visa Credit Card or Government Visa Checks is the preferred method of payment. This requirement is for Armored Car Courier Services from Yuma, Arizona to United States Army Yuma Proving Ground, (USAYPG) Building 300 to the Armed Forces Bank located at Thomas and Hart Street, Marine Corps Air Station (MCAS) in Yuma Arizona 85364. The service is required three (3) times a week Monday, Thursday and Friday except Federal Holidays. The service shall consist of pickup of one pouch from USAYPG, delivery of pouch to Armed Forces Bank, MCAS and pickup of one pouch, which will remain in your custody until the next scheduled pickup at USAYPG. The pouch picked up at Armed Forces Bank will be delivered to USAYPG on the next scheduled pickup and the cycle will start again. The pick up and delivery time shall be between the hours of 11:00 and 11:15 AM Mountain Standard Time (MST) and delivery to MCAS prior to 1:30 PM MST. No earlier or later times will be acceptable. The Contractor shall provide all pouches, be licensed, bonded and assume full liability for the contents of each pouch picked up or delivered in performance of this contract. This contract will be awarded for a base period of 01 March 2010 thru 28 Feb 2011 and four (1) year option periods. The Standard Industrial Code for this service is 7381 and the North American Industry Classification System (NAICS) code is 561613 with a size standard of $12.5 million. Pursuant to FAR 52.212-2 the Government will award a contract resulting from this CSS to the responsible Offeror whose proposal conforming to this CSS will be most advantageous to the Government. The Government will evaluate licensing, bonding, past performance and price to determine the successful Offeror. Each Offeror shall provide a copy of their license and bonding information and past performance for the past three years on other contracts for the same or similar services in accordance with FAR 52.212-1, Instructions to Offerors Commercial Items. This announcement will be posted on the US Mission Installation Contracting Command (MICC) Southern Region Directorate of Contracting Yuma web site at http://www.yuma.army.mil/contracting/ for review. All offerors must be registered in the Central Contractors Registration (CCR). The hyperlink and website for CCR is provided on our web page. This requirement is currently fully funded for one year and subject to availability of funds each following year in accordance with FAR clause 52.232-18. All quotes shall be clearly marked with the solicitation number W905MW0020LM04 and emailed to the point of contact below or fax (928) 328-6849 no later than 3:30 PM Mountain Standard Time on 22 February 2010. Offerors that fail to furnish required representations of information as required by FAR 52.212-1, 52.212-3, and 242.212-7001 cited below, or reject the terms and conditions of this CSS may be excluded from consideration. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items, FAR provision 52.212-2, Evaluation Commercial Items, 52.212-3, Offeror Representations and Certifications Commercial Items. Note: In order to complete the Representation and Certifications and review the clauses in this solicitation you must go to the Air Force web site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a word document and complete. FAR clause 52.212-4, Contract Terms and Condition Commercial Items applies to this acquisition, specifically addendum FAR clause 52.232-18, Availability of Funds. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items specifically, 52.222-3, Convict Labor, 52.222-19, Child LaborCooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration, 52.232-36, Payment by Third Party, 52.222-41, Service Contract Act, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, Fair Labor Standards Act and Service Contract Act. 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFAS clauses also included in this solicitation may include DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. After reviewing the solicitation if you plan on participating in this acquisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided below for notification of amendments. Quotes and pricing to include unit price and total price - Please state the price for the regular courier service for each month per year in the period performance, also state the price for the hot shot services for each month per year in the period of performance. Past Performance Information Please submit a minimum of three previous customer references including the business name, contact person, contact information, and the monetary amount of services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be2c8dfc3c81b4b0b438806c43f2a835)
 
Place of Performance
Address: Yuma Proving Ground DOC ATTN: CCIM-RCY, Directorate of Contracting, Building 2364, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN02055272-W 20100204/100202234858-be2c8dfc3c81b4b0b438806c43f2a835 (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.