Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

S -- Glacier National Parks Armored Car Service

Notice Date
12/8/2011
 
Notice Type
Presolicitation
 
Contracting Office
IMR - GLAC - Glacier National Park GLACIER NATIONAL PARKP.O. Box 128 WEST GLACIER MT 59936
 
ZIP Code
59936
 
Solicitation Number
P12PS20129
 
Response Due
1/23/2012
 
Archive Date
12/7/2012
 
Point of Contact
Kristen L. Golder Contract Specialist 4068885826 Kristen_Golder@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a solicitation for Glacier National Parks Fee Office for Armored Car Services. The solicitation will be made available to the public on Dec 23, 2011. All questions are due into Kristen Golder via Email no later than Jan 9, 2012 by 3:00 PM Mountain Standard Time. All packages are due on Jan 23, 2012 by 2:00 PM Mountain Standard Time. Any packages received after this point will not be considered. You may submit your package via email, fax or mail to : Kristen GolderP.O. Box 128West Glacier, MT 59936Kristen_golder@nps.gov406-888-7868 (fax) Statement of work: ARMORED CAR SERVICE - Fee Management Agreement FY12 - FY14 GENERAL This performance-based work statement sets forth the commercial services to be performed and the performance measures necessary to monitor armored car service for the transport of Government funds. The service shall provide for the safe and secure collection, transport, and deposit of Government funds from/between various points in and around Glacier National Park, Montana. Distance between collection and drop off points ranges from approximately 33 to 108 miles. SERVICE PERIOD Armored Car Service for the initial year will be required for the approximate period from award through December 31, 2012. Service shall be for the following Calendar Years - 2012, 2013 and 2014 are options available to the Government that may, or may not, be exercised. The period of performance shall start on February 1, 2012. The anticipated frequency of service is subject to seasonal demands as stated below. Collection of remits (government funds) shall be made at the service locations as scheduled with deposits made at destination point within 24 hours. The service, as scheduled, will generally occur Monday through Friday (excluding holidays) during the workweek throughout the service period. Seasonal requirements may cause the Government to request expanded service. The Contractor should be prepared to furnish six or seven day per week coverage at the established rates during the summer months if/when requested by the Government. LOCATION and FREQUENCY The primary points of collection and deposit included in the service are West Glacier, Two Medicine, St. Mary, Many Glacier, and Kalispell, Montana. Based on previous experience and existing requirements, the Government anticipates that only the West Glacier location will require service beyond the summer months of June, July, August and September. The estimated frequency of service for this site during the off season months is approximately once per week during the months of October, April, and May and once per month during November, December, January, February, and March. Contractor shall provide armored car service at the following locations during the summer months at the approximate frequency stated: WEST GLACIER: "Administration Building at park headquarters in West Glacier." Five days per week (Monday through Friday). ST. MARY: "Entrance Station at St. Mary."Three days per week (Monday, Wednesday, and Friday) MANY GLACIER:"Entrance Station at Many Glacier."Two days per week (Monday and Thursday) TWO MEDICINE:"Entrance Station at Two Medicine."Two days per week (Tuesday and Friday) KALISPELL: "Bank (to be designated)"Each day a collection is made, a deposit is required. NOTE: The Government may require expanded service at one or all of the collection sites included in this contract. If requested by the Government, the Contractor may be required to furnish service six or seven days a week including holidays. BONDING, QUALIFICATIONS, AND BACKGROUND CHECKS The courier shall be fully bonded in an amount not less than $100,000 per occurrence to cover any loss or theft of Government funds. Proof of insurance shall be submitted to the Contracting Officer for approval prior to the first scheduled day of operation. Evidence that the bond covers each employee involved in the service shall be furnished to the Contracting Officer. The successful bidder shall submit a list of Contractor personnel that will be performing services under the contract. The list shall include qualifications and licenses for each employee. Contractor personnel requiring routine and regular unsupervised physical access to a federally controlled facility for more than 180 days are subject to background investigations as required by Homeland Security Presidential Directive-12 (HSPD-12). See attachment. PERMITS Licenses, permits, bonding, qualification standards or other requirements necessary to provide the service are the responsibility of the Contractor. Evidence of appropriate insurance, licensing, bonding, firearm permit, etc., shall be submitted to the Contracting Officer prior to the commencement of service. The Contractor is responsible for securing and maintaining all necessary permits required for operation within the State of Montana, Flathead County, Glacier County, and Glacier National Park. EQUIPMENT It is the Contractor's responsibility to furnish all equipment, materials, and labor necessary to provide an efficient and effective courier service. Equipment used to perform the service shall be in a good state of repair and be of a design, which is considered acceptable in the industry to safely accomplish the objectives of the service without unnecessarily endangering personnel, property, or funds. The Contractor shall require employees to dress in an appropriate uniform during performance of the service. Uniforms shall be clean and maintained in a good state of repair. DEPARTMENT OF LABOR WAGE DETERMINATION The Department of Labor Wage Determination for service contracts is enclosed. Employees providing service under this agreement are covered by this determination and must be paid at (or above) the established rate for the particular class of employee. PICK UP SCHEDULE The Contractor is required to provide service at the specified locations on the days, and at predetermined times as established by the Government. The Government reserves the right to cancel or adjust scheduled trips without penalty by notifying the Contractor the day prior to scheduled service. Collections and deposits shall be made within the established time frames. The time of collection/deposit shall be annotated on the remit form. Failure to make collections during the established time may result in a reduced payment. See Table 1 regarding deduction from contract price for not meeting (exceeding) the acceptable quality level. Early collections by Contractor are not authorized. Table 1 LocationOn Time HoursReduced Rate Hours (reduce pay by 25%)Reduced Rate Hours (reduce pay by 50%)Days of WeekWest Glacier1:30 p.m. - 3:30 p.m.3:30 p.m. - 4 p.m.4 p.m. - 4:30 p.m.Mon - FriMany Glacier10 a.m. - 12 noon12 noon - 4 p.m.4 p.m. - 6 p.m.Mon & ThuTwo Medicine9 a.m. - 11 a.m.11 a.m. - 3 p.m.3 p.m. - 5 p.m.Tue & FriSt. Mary11 a.m. - 1 p.m.1 p.m. - 4 p.m. 4 p.m. - 5 p.m.Mon, Wed & Fri Collection location requirements may be adjusted subject to changing demands. There is a possibility that collection points may be eliminated, increased, or decreased in the frequency of collection. The unit price established by the bid schedule will be used to adjust the overall contract price. If the contractor has a situation beyond their control (i.e Flat Tire) the vendor shall call the Glacier National Park Headquarters Fee Office at 406-888-7882 and apprise the Fee Office of the situation. The Fee Office will advise the contractor on pick up instructions for that day's deposit. PAYMENT Requests for payment will be processed once monthly. Payment will be based on the actual number of timely service collections for each location at the rates established in the bid schedule. The Contractor shall submit an itemized invoice to the Contracting Officer at the end of each month indicating each location and dates of service. GOVERNMENT IS LATE: (Contractor arrives at the point of collection during the established time and the government does not have the remit prepared). If the Contractor must wait more than one half hour at a specific location to make a collection, the Contractor is due payment for that location for that day plus 25 percent of the location daily rate. Contractor is not required to wait longer than one half hour to perform service. CONTRACTOR IS LATE: If the Contractor arrives at the point of collection more than two hours outside the established time, no collection will be made and no payment for service will accrue for that location for that day. See the section discussing deductions for exceeding the acceptable quality level. CONTRACTOR IS EARLY: Early collections by Contractor are not authorized. If the Contractor arrives at fee office locations prior to designated On Time Hours, park personnel are may not deviate from their duty assignments for special collection arrangements and Contractor will not be allowed entry. PERFORMANCE REQUIREMENTS: Collection: Contractor shall perform all armored car services associated with proper receipt, documentation, and accountability of Government funds collected at the various sites in this contract. Transport: Contractor shall transport Government funds between collection points and deposit locations in a secure manner to safeguard from loss or theft during transport. Deposits: Contractor shall make deposits at designated deposit locations within 24 hours of collection. PERFORMANCE STANDARD: Collection: Each and every transfer of Government funds shall be documented in writing and accounted for by signature of an authorized individual of each organization receiving the transfer. Each transfer shall be dated with the time of transfer noted thereon. Transport: Contractor shall use an armored car, or other approved equipment acceptable to the Contracting Officer, to safely and securely transport Government funds between points of collection and deposit. Deposits: Record of transfer between organizations accurately documents funds were successfully transferred to the deposit location within 24 hours of collection. ACCEPTABLE QUALITY LEVEL: Collection: Contractor shall meet the acceptable quality level by being at the collection point as scheduled and on time. Deviation from established collection times shall not exceed three (3) collections per month. Transport: No loss of Government funds 100 percent of the time. Deposits: Deposits are successfully transferred to the receiving activity within established time schedule. Deviation from established times shall not exceed two (2) deposits per month. PERFORMANCE MEASURE: Collection: Direct observation and as supported by documented time on transfer of funds receipt. Transport: Full accounting for all funds transported as documented by Government records and bank deposits. Deposits: Direct observation and documented time on transfer of funds receipt. DEDUCTION FROM CONTRACT PRICE FOR EXCEEDING ACCEPTABLE QUALITY LEVEL: Collection: Once the Contractor exceeds the acceptable quality level (Contractor arrives at the point of collection outside the established time more than 3 times in one month.), ALL late collections for the month will be processed as follows: Service performed within two hours of established schedule shall be reduced by 25 percent for each hour beyond the time scheduled for that location for that day (First Hour 25%; Second Hour 50%). Late collections beyond two hours shall be processed in accordance with the payment clause. Transport: Any loss or theft of funds may be considered grounds for default. Deposits: Once the Contractor exceeds the acceptable quality level (Contractor arrives at the deposit transfer point outside the established time more than 2 times in one month.), ALL late deposits for the month will be subject to the following deduction: 10 percent of the combined daily rate for all collection sites. INCENTIVE FOR EXCEPTIONAL SERVICE: For exceptional services performed during the months June, July, and August: The Contractor is entitled to a 10 percent bonus in each of these months when all collections and deposits are made on time as supported by transfer slips, there no loss or theft of funds, and no validated complaints relating to the service are received by the Contracting Officer. EVALUATION FACTORS The Government intends to make an award to the offeror whose bid represents the best value to the Government, price and other factors considered. Evaluation factors are listed in descending order of importance: 1.Price2.Past Performance"Loss of Funds"Timeliness of Service"Problems Encountered3.Qualifications of Personnel and Equipment"Appropriate Background Checks"Licenses Held"Type and Availability of Equipment"Age and/or Condition of Equipment"Ability to Provide Backup Personnel/Equipment BID SUBMITTAL Only the following forms need to be submitted with your bid: Request for Quotation (signed SF 1449) Bid Schedule Representations and Certifications *Past Experience and References (see evaluation factors) *Qualifications of Personnel and Equipment (see evaluation factors) *It is extremely important that offerors address the evaluation factors in sufficient detail providing information that will enable the reviewing official to make a determination as to the offeror's capabilities and probability for successful performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS20129/listing.html)
 
Place of Performance
Address: Glacier National ParkWest Glacier MT 59936
Zip Code: 59936
 
Record
SN02635596-W 20111210/111208233941-56269d640208a79a3f5a64edc51a27f4 (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.