SOLICITATION NOTICE
V -- Commuter Checks - Instruction To Offerors
- Notice Date
- 9/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- Department of the Treasury, Office of the Inspector General, Treasury, Office of the Inspector General, HQ, 740 15th St., NW, Washington, District of Columbia, 20220
- ZIP Code
- 20220
- Solicitation Number
- TOIG-OIG-13-Q-0010
- Point of Contact
- RoDonda B. Thompson, Phone: 2029278123, RoDonda B. Thompson, Phone: 2029278123
- E-Mail Address
-
thompsonr@oig.treas.gov, thompsonr@oig.treas.gov
(thompsonr@oig.treas.gov, thompsonr@oig.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 Instruction to Offerors and Evaluation Criteria This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 acquisition is 100% set aside for small business participation. The associated NAICS code is 485999. The small business size standard is $7.0 million. The Product Service Code is V999. The solicitation TOIG-OIG-13-Q-0010 is issued as a Request for Quote (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The Office of the Inspector General (TOIG), intends to acquire commuter checks for TOIG employees traveling/commuting on official business. The transit vouchers will be used in the Boston metropolitan area. Please include the denominations the commuter checks are available in as well as any fees for the commuter check services. Period of Performance will be from October 1, 2013 through September 30, 2014, with two (2), one year options to extend. The provisions at 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Addenda to this provision are attached. It is the Government's intent to award a contract to a contractor that meets the requirements and is the lowest price technically acceptable to the government. The provisions at 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capabilities, Past Performance, Price. Addenda to this provision are attached. (See attached for evaluation factors). Offerors are to include a completed copy of 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2012) 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2012) applies to this acquisition; Addenda to 52.212-4 are attached. The following clauses apply to this acquisition: 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders -Commercial Items (MAY 2012) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). Additional contract requirements and terms and conditions may be found in the attachment. Defense Priorities and Allocations Systems (DPAS) and assigned rating are not applicable to this acquisition. Quotes shall be received by Friday, September 21, 2012 by 2:00 p.m. ET. All questions shall be emailed to thompsonr@oig.treas.gov by Monday, September 09, 2013 at 2:00 p.m. Please reference TOIG-OIG-13-Q-0010, attention R THOMPSON, in the subject line of the email. Special Notice: TOIG is currently using vouchers/commuter checks services that are provided by incumbent contractor, TranBen LTD. The Boston transit vouchers/commuter checks subsidy program is restricted to TOIG employees working in the Boston field office utilizing public transportation in Boston Metropolitan commuting area.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OIGT/OIGHQ/TOIG-OIG-13-Q-0010/listing.html)
- Place of Performance
- Address: 408 Atlantic Avenue, Room 330, Boston, Massachusetts, 02110, United States
- Zip Code: 02110
- Zip Code: 02110
- Record
- SN03173486-W 20130906/130904235547-be65ab0b6dfb8d3b0e9b15608816b742 (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 |