SOLICITATION NOTICE
R -- Package Delivery Service - Wage Determination No. 2005-2419
- Notice Date
- 4/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-R-0021
- Archive Date
- 5/19/2012
- Point of Contact
- Diane X. Chen, Phone: 9375224584
- E-Mail Address
-
Diane.Chen@wpafb.af.mil
(Diane.Chen@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination No. 2005-2419 This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; price lists are being requested, and a written solicitation will not be issued. The Contracting Officer has determined that a Blanket Purchase Agreement may be the most advantageous method for procuring this requirement (See FAR 13.303). A BPA arrangement will involve the below listed requirements: a. The BPA is written for a period of 5 years and during this period the government is only obligated for actual purchases made under the BPA. Therefore, the BPA will not include a minimum or maximum dollar limitation during this five (5) year period. b. The Contracting Officer must approve the price lists your company submits prior to establishing the BPA. Price lists are valid for a specific period of time (normally one year); i.e. 1 May 2012 through 30 April 2013. c. All contractors doing business with the government must be registered in the Central Contractor Registration (CCR) database. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Prior to BPA award your company must be registered with CCR. d. All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation. This combined synopsis/solicitation is being issued to procure on-demand package delivery service for 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB (WPAFB), OH in accordance with Statement of Work provided below. To qualify, firms shall be able to provide on-demand package delivery service 24 hours daily, 7 days a week for 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB (WPAFB), OH in accordance with Statement of Work provided below. To qualify, firms shall be able to deliver STAT specimen to the requested site within 90 minutes of request being made and routine deliveries within 120 minutes of request being made if delivery is in the Dayton area. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, 15 March 2012. This acquisition will be 100% Small business Set-Aside under North American Industry Classification System code 492110 "Couriers and Express Delivery Services", Size Standard: 1,500 employees. Payment terms by Government Credit card. Requirements STATEMENT OF WORK PACKAGE DELIVERY SERVICE Dated: 30 January 2012 1. Package delivery service shall be available 24 hours daily, 7 days a week due to the urgency of medical treatment on laboratory test results and the instability of the specimen delivered. Packages include laboratory specimens, donor blood units, and laboratory reagents from local hospitals. Shipment of packages shall comply with, at a minimum, the following federal regulations for transporting laboratory specimens and donor blood units. U.S. Department of Transportation: Class 6 Division 6.2 and Class 9 Title 49 Transportation of the Code of Federal Regulations Parts 100-185 Hazardous Materials Transportation Uniform Safety Act 2. The primary facilities to which the contractor will deliver are listed below. The contractor will deliver to and/or pick up specimens/packages at other medical or laboratory facilities in the local area to include Dayton, Cincinnati, and Columbus. However, deliveries and/or pickups will not be limited to those facilities. Deliveries and/or pickups could be for remote locations not listed in the Statement of Work, as long as the distance is within 300 mile radius of the Wright Patterson Medical Center. Contractor shall provide price list for local areas and for remote locations. Compunet Clinical Laboratories, Dayton Children's Medical Center, Dayton Dayton's Veteran's Administration, Dayton Community Blood Center, Dayton 3. We will normally use this service approximately 60 times per month, but not limited to 60 times per month, nor a guarantee of 60 times per month. 4. Package size will vary from 12" high by 9" deep by 1" wide to 12" high by 13" deep by 15" wide, but not limited to these sizes. 5. Delivery requests will be initiated by the laboratory personnel of the 88th Medical Group, 88 Diagnostics and Therapeutics Squadron, Wright-Patterson Air Force Base (authorized callers list attached). The contractor will respond by dispatching a vehicle to arrive at the pickup location. If the delivery is in Dayton, the contractor will deliver the specimen/package to the destination within 120 minutes of request. The contractor shall be required to deliver STAT specimen to the requested site within 90 minutes of request for the Dayton area only. Wright-Patterson laboratory will inform the dispatcher that the request is a STAT. If routine deliveries for Dayton area are not delivered to destination within 120 minutes of request or if STAT deliveries for Dayton area are not delivered within 90 minutes of request, price adjustments will be issued by contractor to Wright-Patterson Medical Center for non-conforming services. The price adjustments will be as follows: late STAT deliveries will be discounted to the routine rate and late routine deliveries will be discounted by 50 percent. a. Upon pick up of the specimen/package at Wright-Patterson for delivery to another location the delivery driver will provide Wright-Patterson laboratory personnel with a receipt (provided by the delivery service). The receipt will contain the following information: Pick up location, deliver to location, date and time of pickup. The delivery driver will also sign his/her initials on the time of arrival at the Wright-Patterson Medical Center laboratory on a monthly log sheet provided. For pickups at another location to be delivered to Wright-Patterson, delivery driver will provide Wright-Patterson laboratory personnel with a receipt initialed by personnel at the pickup location. The receipt will contain the following information: pick up location, delivery to location, date and time of pickup. The Wright-Patterson laboratory personnel will use information on the receipt to enter information on a monthly log sheet and the contractor delivery driver will have to initial on the log the information was entered by the Wright-Patterson laboratory personnel. Upon delivery to final destination, contractor delivery driver is responsible for obtaining signature from final destination personnel along with the date and time of the delivery. The contractor must supply weekly customer summary confirming delivery times and signatures to Wright-Patterson laboratory personnel. The Wright-Patterson laboratory personnel will then use the delivery receipts to log the time of the delivery drop off on the monthly log. The monthly log will be used to verify accuracy of invoices. Upon request, the contractor shall provide signature documentation to Wright-Patterson Medical Center as an audit of services. b. If the contractor delivers a package from one location to another location and then has to return the package to the original pickup location per the request of the Wright-Patterson laboratory personnel, a round trip charge shall be charge as follows: Dayton area round trips shall be charge at agreed rates both ways and out-of-town round trips shall be charged at full rate one way and at 50 percent for the return trip. Out-of-town deliveries to pick up packages at an out-of-town location to be delivered to a specified location per Wright-Patterson laboratory personnel's request do not constitute a round trip delivery. c. In the event the delivery location is closed by the time the courier arrives or any other delivery problems occur, the courier shall immediately contact laboratory personnel at 937-257-9355, 937-257-9356, or 937-257- 9357. For Community Blood Center deliveries, if Community Blood Center is closed by the time the courier arrives, the courier shall immediately contact Community Blood Center at 937-257-9364 to notify them of the situation. Additionally, the courier will return the Specimen/package to Wright-Patterson laboratory or if requested, deliver to a facility within a 25 mile radius of the Wright-Patterson Medical Center. Under no circumstances will a courier hold a specimen/package at his/her possession for delivery the following day, nor will the courier leave the specimen/package at a point located outside a building, i.e. mailbox or door step. Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the Online Representations and Certifications. The Price Lists may be in any format but MUST include: 1) Proposing company's name, address, phone and tax identification number (TIN) 2) Point of contact's name, phone, and email 3) Price List number & date 4) Item number 5) Item price 6) Timeframe that the price list is valid - normally a minimum of one year 7) Completed FAR 52.212-3, Representations and Certifications. Offers MUST also contain a price list for local areas and for remote locations IAW Statement of Work. Please ensure submittal of a statement of your company's abilities to meet the requirements is provided on a separate page from the price list as part of your offer package. The Government will award blanket purchase agreement(s) resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical capability and price] FAR 52.212-3, Representations and Certifications DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The clauses that are check marked as being applicable to this purchase are: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-37, Multiple Payment Arrangements DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel Wage Determination No. 2005-2419 Revision No. 15 Date of Revision 06/13/2011attached is hereby incorporated into this Blanket Purchase Agreement. Copy of the Wage Detemination could be obtained from the Wage Determinations OnLine. gov website at www.wdol.gov. All price lists and responses must be received no later than 2:00 PM, Eastern Standard Time on 4 May 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Diane.Chen@wpafb.af.mil via a PDF compatible attachment or to: ASC/PKOAB Attn: Diane Chen 1940 Allbrook Drive, Room 109 WPAFB, Ohio 45433-5344 Any questions should be directed to Diane Chen at Diane.Chen@wpafb.af.mil or at (937)522-4584.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0021/listing.html)
- Place of Performance
- Address: 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02732155-W 20120428/120426235529-0b5b197b5f5b82fe04478e30b51aaf7b (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 |