Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2010 FBO #3101
SOLICITATION NOTICE

W -- Rental of Refrigerated (Freeze) & Dry Trailers

Notice Date
5/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
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
HDEC05-10-T-0087
 
Archive Date
6/27/2010
 
Point of Contact
Elaine M Kelley, Phone: 804 734 8000 x48247, Melissa A Rios, Phone: 804-734-8000 x48680
 
E-Mail Address
elaine.kelley@deca.mil, melissa.rios@deca.mil
(elaine.kelley@deca.mil, melissa.rios@deca.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Notice Rental of Refrigerated & Dry Trailers, Truck and Driver Solicitation No.: HDEC05-10-T-0087 Response Date: May 27, 2010 POC: Elaine Kelley Secure Fax: 804-734-8009 (pause, pause) ext 78247 or (804) 734-8669 Phone: 804-734-8000, Ext. 48247, e-mail elaine.kelley@deca.mil Places of Performance: Wright Patterson AFB Commissary, 2130 Sycamore Street, Bldg 1250, Wright Patterson AFB, OH 4544-5442 Unrestricted Classification Code: W FSC Code: W023 NAICS Code: 532120 Size Standard: $25.5 million Description: Rental of Refrigerated (Freeze) & Dry Trailers 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 separate solicitation will not be issued. B) The solicitation number for this procurement is HDEC05-10-T-0087 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) 2005-41, DFARS Change Notice 20100507, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) The North American Industry Classification systems (NAICS) code is 532120. The Size standard is $25.5 million. E) Contract Line Item Numbers (CLINS) - Provide Pricing in the following format (Address & Periods of Performance are shown in Paragraph L - Statement of Work): Contract Line Item Numbers (CLINs): Contractor shall provide all drivers, labor, tools, materials, rental and transportation of refrigerated (freeze) and dry trailers as addressed in the Statement of Work (SOW) to support the Guard Reserve Offsite Sales for the Wright Patterson AFB Commissary, OH 45433-5442 at the following locations : Summerville, WV 26651-2030 Glen Jean, WV 25846 Cleveland, OH 44128 McConnellsville, OH 43756 St Albans, WV Williamstown, WV 26187-9791 Eleanor, WV 25168 Charleston, WV 25311-1085 Columbus, OH 43213 CLIN 0001: Guard/Reserve (G/R) Site: 3 Armory Way, Summersville, WV 26651-2030 Period of Performance: June 3, 2010 - June 6, 2010 [Sale Dates June 5-6] June 3, 2010, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on June 4, 2010 and will be unloaded by store personnel within 4 hours. June 4, 2010, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. on June 4, 2010 Reefer trailer will stay on-site until June 6, 2010. June 6, 2010, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 0002: Guard/Reserve (G/R) Site: AFRC/FMS3, 409 Wood Mountain Road, Glen Jean, WV 25846 Period of Performance: June 24, 2010 - June 27, 2010 [Sale Dates June 26-27] June 24, 2010, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on June 25, 2010 and will be unloaded by store personnel within 4 hours. June 25, 2010, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. June 25, 2010. Reefer trailer will stay on-site until June 27, 2010. June 27, 2010, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 0003: Guard/Reserve (G/R) Site: 237 th BSB Army National Guard, General Woods King Armory, 4303 Green Road, Cleveland, OH 44128 Period of Performance: July 29, 2010 - August 1, 2010 [Sale Dates July 31 - August 1] July 29, 2010, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on July 30, 2010 and will be unloaded by store personnel within 4 hours. July 30, 2010, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. July 30, 2010. Reefer trailer will stay on-site until August 1, 2010. August 1, 2010, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 0004: Guard/Reserve (G/R) Site: 2-174 th ADA Battalion, 4497 Hawk Drive, McConnelsville, OH 43756-9103 Period of Performance: August 5, 2010 - August 7, 2010 [Sale Dates August 7-8] August 5, 2010, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on August 6, 2010 and will be unloaded by store personnel within 4 hours. August 6, 2010, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. August 6, 2010. Reefer trailer will stay on-site until August 8, 2010. August 8, 2010, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 0005: Guard/Reserve (G/R) Site: St Albans, WV [Note: Address will be provided no later than time of award] Period of Performance: August 12, 2010 - August 15, 2010 [Sale Dates August 14-15] August 12, 2010, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on August 13, 2010 and will be unloaded by store personnel within 4 hours. August 13, 2010, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. August 13, 2010. Reefer trailer will stay on-site until August 15, 2010. August 15, 2010, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 0006: Guard/Reserve (G/R) Site: Williamstown Armory, 1131 Alma Drive, Williamstown, WV 26187-9791 Period of Performance: September 9, 2010 - September 12, 2010 [Sale Dates September 11-12] September 9, 2010, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on September 10, 2010 and will be unloaded by store personnel within 4 hours. September 10, 2010, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. September 10, 2010. Reefer trailer will stay on-site until September 12, 2010. September 12, 2010, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ FIRST OPTION PERIOD: October 1, 2010 through September 30, 2011 CLIN 1001: Guard/Reserve (G/R) Site: The Joint Forces Center, 106 Army-Navy Road, Redhouse, WV 25168 Period of Performance: November 4, 2010 - November 7, 2010 [Sale Dates November 6-7] November 4, 2010, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on November 5, 2010 and will be unloaded by store personnel within 4 hours. November 5, 2010, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. November 5, 2010. Reefer trailer will stay on-site until November 7, 2010. November 7, 2010, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1002: Guard/Reserve (G/R) Site: The Joint Forces Headquarters, TAG-WV, 1703 Coonskin Drive, Charleston, WV 25311-1085 Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1003: Guard/Reserve (G/R) Site: Defense Supply Center Columbus, 3990 East Broad Street, Columbus, OH 43213 Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1004: Guard/Reserve (G/R) Site: 3 Armory Way, Summersville, WV 26651-2030 Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1005: Guard/Reserve (G/R) Site: AFRC/FMS3, 409 Wood Mountain Road, Glen Jean, WV 25846 Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1006: Guard/Reserve (G/R) Site: 237 th BSB Army National Guard, General Woods King Armory, 4303 Green Road, Cleveland, OH 44128 Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1007: Guard/Reserve (G/R) Site: 2-174 th ADA Battalion, 4497 Hawk Drive, McConnelsville, OH 43756-9103 Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1008: Guard/Reserve (G/R) Site: St Albans, WV [Note: Address will be provided no later than time of award] Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ CLIN 1009: Guard/Reserve (G/R) Site: Williamstown Armory, 1131 Alma Drive, Williamstown, WV 26187-9791 Period of Performance: To be Determined 60 days prior to Option Period TBD, 7:00 a.m.: Drop off two (2) dry trailers at Wright Patterson Commissary for loading - trailers need delivered to G/R Site by 12:00 (noon) on TBD and will be unloaded by store personnel within 4 hours. TBD, 8:00 a.m.: Drop off one (1) refer trailer at Wright Patterson Commissary for loading - trailer needs delivered to G/R Site by 2:00 p.m. TBD. Reefer trailer will stay on-site until TBD. TBD, 6:00 p.m.: Pick up trailers from G/R Site and return any remaining product to Wright Patterson (may require more than one back-haul). Note: The contractor will be notified by telephone when the trailers are ready to return to Wright Patterson AFB Commissary. Two (2) 53' Dry Trailers with Smooth Bed Total: $________ x 4 days rental = $_________ One (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: $________ x 4 days rental = $_________ Possible Additional (1) Dry trailer rental. Total: $_______ per day rental x 4 maximum days = $_________ F) The services are for Refrigerated (Freeze) and Dry Trailer Rental to support Guard Reserve Sales hosted by Wright Patterson AFB Commissary. 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 Quotes shall contain the following information: 1. Name, Address, phone and fax numbers, e-mail address, and Dun and Bradstreet Number (DUNS) of the contractor. 2. Complete unit prices, extended prices and total price per CLIN. 3. Any discount terms. 4. Quotation shall also contain all other documentation specified herein. 5. Quotations must be SIGNED and include a 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). 6. Complete clause 52.212-3 Alt 1, Certification and Representations. PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 60 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 QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes 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) EVALUATION/AWARD: IAW FAR 52.212-4501, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest-priced quote which meets the requirement specified herein. This solicitation is being issued on an Unrestricted basis. All responsible sources may submit a quote which shall be considered. J) Contractors shall include a complete copy of 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Nov 2006) with their quote, which may be completed electronically at http://orca.bpn.gov. Quoters 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 Truck and Trailer Rental Commissary: Wright Patterson Commissary 2130 Sycamore Street, Bldg 1250 Wright Patterson AFB, OH 45433-5442 Sale Locations: See Line Items The contractor shall provide: (1) Commercially licensed driver with a Valid CDL and current physical (within the last 12 months); (2) Tractor/truck with a valid Ohio license or permit and evidence of the requisite permits to operate the truck in the states of Ohio and West Virginia; (3) Two 53-ft Dry Trailer with smooth bed; and (4) One 53-ft Refrigerated Trailer with smooth bed. The driver and tractor will be required to move trailers between the Wright Patterson AFB Commissary and the locations identified on the Contract Line Items (CLINs). Items that will be contained in the trailer include but are not limited to: grocery household products (all-purpose cleaners, laundry, dish and aerosol containers), health and beauty care products, paper products, water, flavored water products, and other dry food products typically found in a grocery store. There will be no fresh meat hauled by this contractor. Additional items to be hauled by the contractor will also include check out equipment, pallet jacks and other material handling equipment used to off-load the food products; and pallet carts, grocery carts and other items deemed necessary by the government to conduct the special grocery sale. No propane will be required to be transported inside any trailer by the contractor. The government shall: •(1) Check to ensure that the trailers are equipped with placards required by the state of Ohio and West Virginia to move the products identified in the trailers, are road safe, and have the valid license to operate in the states of Ohio and West Virginia; •(2) Obtain and provide prior to departure all of the necessary paperwork indicating what is in each trailer, in enough detail to comply with applicable laws and regulations; and •(3) Ensure that all reasonable efforts are made to reduce the wait time for entering and exiting the installations. The contractor shall: (1) Conduct a pre-trip inspection on each trailer when moved to ensure that the trailers are in a road safe condition. (2) Provide two forms of identification so that the necessary passes/entry to Wright Patterson AFB and the Guard/Reserve Sale Sites can be obtained for the vehicle and the driver along with any other base requirements for entry. In addition to the two forms of identification, the driver is required to provide registration for the tractor and proof of insurance on the tractor. The Wright Patterson Commissary will provide copies of identification at each base designated entry point to ensure successful access. Contractor shall coordinate the delivery and pickup of the trailers with Wright Patterson Commissary Point of Contact (POC) no later than 3 working days prior to start date and 3 working days prior to ending date of rental period. Rental period ends on the store's requested pickup date regardless of actual pickup date unless a written modification is issued. Contractor is responsible for providing 24-hour emergency on-site repair. Contractor repair personnel must be on-site within 2 hours of receipt of emergency call from Store personnel. Repair must be either completed within 4 hours of initial receipt of emergency phone call or a substitute vehicle provided so as not to interrupt the mission. Refrigerated trailers will come full of fuel, the government will keep fueled during operation at the sale, and the contractor will top off at the end of the contract. 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 52.219-28 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 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 Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 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; N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile Quotes WILL BE accepted at secure fax #: 804-734-8009 (pause, pause) ext 78247 or ext 78680 in accordance with FAR 52.215-5 Facsimile Proposals. If neither of those fax numbers work, please fax to (804) 734-8669. All prospective awardees MUST BE registered in the CENTRAL CONTRACTOR REGISTRATION (CCR) prior to receiving an award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. 52.204-4500 INSTALLATION 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 60 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 Ohio and West Virginia (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. •52.233-4500 INDEPENDENT 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 52.252-1 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): http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/ 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): http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/ P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time ON May 27, 2010. S) The point of contact for this solicitation is Elaine Kelley, 804-734-8000, Ext 48247. ************************************************************************ ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS ELECTRONIC INVOICING - CONTRACTOR/VENDOR RESPONSIBILITY: All invoices shall be submitted electronically to DFAS Columbus via https://wawf.eb.mil/ in accordance with DFARS Clause 252.232-7003, Electronic Submission of Payment Requests AND Receiving Reports (MAR 2008). The full text of this clause can be found at http://farsite.hill.af.mil/. Below is information you will need to complete the electronic WAWF Combo Invoice: INVOICE TYPE: This contract requires the type of invoice to be used as "Invoice and Receiving Report (Combo) ". PAY DoDAAC: HQ0131, located in Block 18a of contract. ADMIN DoDAAC: HDEC05, Located in Block 9 of contract. Inspect by DoDAAC and Ship to DoDAAC: HQCCA7 - Wright Patterson Commissary. INSPECTION AND ACCEPTANCE: Both are Destination SHIPMENT NO: Please use your invoice number in the shipment number field. LINE ITEM NO: Must match the CLIN number on the contract. PAYMENT QUESTIONS: Payment Status can be obtained by checking the Misc Info Tab on your invoice in WAWF and/or on the MyInvoice link at https://myinvoice.csd.disa.mil/index.html. Payment questions may be addressed to DFAS Customer Service (Columbus OH) at 800-756-4571, option 2, option 2. ELECTRONIC INVOICING - STORE RESPONSIBILITY : Upon receipt of goods or services and an electronic invoice from the Contractor, the Government shall prepare/process the receiving report. Below is the information you will need to complete an electronic WAWF Combo receiving report: QUANTITY RECEIVED/ACCEPTED: Enter quantity accepted and verify that the dollar amount is correct. DATE RECEIVED AND DATE OF ACCEPTANCE: Both should be the same date and should be the actual date received (not the date you are preparing the receiving). FINAL SHIPMENT FIELD: Leave as N ** See Public Folders, Contracting, WAWF for additional instructions on completing receiving under WAWF. IV. CENTRAL CONTRACTOR REGISTRATION (CCR) : Contractor's Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov V. ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a "Vendor" at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-10-T-0087/listing.html)
 
Place of Performance
Address: Wright Patterson AFB Commissary, 2130 Sycamore Street, Bldg 1250, Wright Patterson AFB, Ohio, 4544-5442, United States
 
Record
SN02155304-W 20100522/100520234943-de501942709ed85936b71c69fdd287ba (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.