SOLICITATION NOTICE
V -- Transportation Svcs for Northern Pike
- Notice Date
- 4/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484121
— General Freight Trucking, Long-Distance, Truckload
- Contracting Office
- U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-11-T-0012
- Response Due
- 4/28/2011
- Archive Date
- 6/27/2011
- Point of Contact
- Jeanene Gerstenkorn, 719-554-8448
- E-Mail Address
-
U.S. Army Strategic Command
(jeanene.gerstenkorn@smdc-cs.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 for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 solicitation is issued as Request for Quote (RFQ) Number W91260-11-T-0012 and is unrestricted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. NAICS number is 484121. Business size standard is $25.5 million. DESCRIPTION: The contractor shall provide transportation services for Northern Pike Team, 1st Space Brigade from Harris Corporation, 4619 Foreign Trade Zone Blvd, (Gate on east side of Bldg), Colorado Springs, CO 80925 to White Sands Missile Range (WSMR), Bldg 1628 (Gate on Southeast Perimeter), White Sands, NM 88002; as listed and described in Contract Line Item Number (CLIN) 0001 through SUBCLIN 0001AB below. Offerors shall structure their quote or proposal to include a price for all items as listed and described in/for CLIN 0001 through SUBCLIN 0001AB below. CLIN 0001 - TRANSPORTATION SERVICES - Services, Non-Personal: The contractor shall provide all labor, tools, materials, transportation, equipment, supervision, and management necessary to provide transportation services for Northern Pike Team, 1st Space Brigade from Harris Corporation, 4619 Foreign Trade Zone Blvd, (Gate on east side of Bldg), Colorado Springs, CO 80925 to White Sands Missile Range (WSMR), Bldg 1628 (Gate on Southeast Perimeter), White Sands, NM 88002 in accordance with the attached Performance Work Statement (PWS). SUBCLIN 0001AA - PHASE 1, Contractor shall provide 3 each Tractors with 48' Flatbed trailers on 5 May 2011 at 0400 to transport equipment from 4619 Foreign Trade Zone Blvd, (Gate on east side of Bldg), Colorado Springs, CO 80925 to White Sands Missile Range ( WSMR), Bldg 1628 (Gate on Southeast Perimeter), White Sands, NM 88002 with expedited service and dual driver service in accordance with the attached PWS. Equipment must be delivered the same day it is picked up with minimal stops. SUBCLIN 0001AB - PHASE 2, Contractor shall provide 3 ea Tractors on 24 May 2011 at 0600 to return 3 each 48' Flatbed trailers to transport equipment from White Sands Missile Range ( WSMR), Bldg 1628 (Gate on Southeast Perimeter), White Sands, NM 88002 to 4619 Foreign Trade Zone Blvd, (Gate on east side of Bldg), Colorado Springs, CO 80925 with expedited service and dual driver service in accordance with the attached PWS. Equipment must be delivered the same day it is picked up with minimal stops. Manufacturer's standard commercial warranty is desired. Required pick-up and delivery schedule: shall be in accordance with paragraph 4.5 of the attached PWS. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required products or services must respond no later than 4:30 PM, Mountain Time, 28 April 2011. Award is anticipated to be made no later than 02 May 2011. The Government plans on issuing a purchase order for this procurement. Payment of contractor invoice(s) under purchase order contemplated shall be made by DFAS Columbus. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical - acceptability of the products, items or services offered; (2) Pick-up and Delivery Schedule - ability to meet the required pick-up and delivery schedule dates for Phase 1 and Phase 2 services specified in paragraph 4.5 of the attached PWS; and (3) Total Price, for all services described in CLIN 0001 through SUBCLIN 0001AB above - most advantageous price considering all other factors including fuel surcharges (if applicable). Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products, items or services proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offeror's that offer products or services against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN and SUBCLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their quote. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, also applies to this acquisition, along with the following additional FAR clauses: 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Handicapped Workers, 52.225-1, Buy American Act - Supplies, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.228-5, Insurance - Work On A Government Installation (JAN 1997), 52.228-9, Cargo Insurance (MAY 1999), 52.247-12, Supervision, Labor, or Materials (APR 1984), 52.247-14, Contractor Responsibility for Receipt of Shipment (APR 1984), 52.247-15, Contractor Responsibility for Loading and Unloading (APR 1984), 52.247-21, Contractor Liability for Personal Injury and/or Property Damage (APR 1984), 52.247-22, Contractor Liability for Loss of and/or Damage to Freight other than Household Goods (APR 1984), 52.247-26, Government Direction and Marking (APR 1984), 52.247-27, Contract Not Affected by Oral Agreement (APR 1984), 52.247-34, F.O.B. Destination (NOV 1991), 252.204-7003, Control Of Government Personnel Work Product (APR 1992). Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-C (Jeanene Gerstenkorn), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes are received no later than 4:30 PM (Mountain Time) on 28 April 2011. The point of contact for all information regarding this acquisition is Jeanene Gerstenkorn at (719) 554-8448, fax (719)554-8442 or at e-mail jeanene.gerstenkorn@smdc-cs.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-11-T-0012/listing.html)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
- Zip Code: 80914-4914
- Zip Code: 80914-4914
- Record
- SN02431141-W 20110424/110422234107-04c2c493efa55f55c01739a6ce453454 (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 |