Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2017 FBO #5716
MODIFICATION

V -- 24/7 Package Delivery Service - FAR 52.222-25 - PWS - Provisions & Clauses - FAR 52.222-22 - Sample Price List - FAR 52.212-3 - FAR 52.209-2

Notice Date
7/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-R-0059
 
Archive Date
7/11/2017
 
Point of Contact
Isaiah Steward, Phone: 9375224539
 
E-Mail Address
Isaiah.Steward@us.af.mil
(Isaiah.Steward@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5 Attachment 6 Attachment 7 Attachment 3 Attachment 1 Performance Work Statement Attachment 2. Attachment 4 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a Blanket Purchase Agreement (BPA) for commercial service, 24/7 Package Delivery Service as described under the paragraph below titled "Performance Work Statement." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (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. One or more BPAs may be awarded and a BPA may be awarded for all or only some of the items an offeror proposes to provide. To be eligible for award: •(a) the offeror's proposal must conform to the requirements of the synopsitation; •(b) each item to be included in a resulting BPA must receive a rating of "Acceptable" on the Technical evaluation factor; •(c) the unit price of each item to be included in a resulting BPA must be determined to be fair and reasonable based on price analysis, as described in FAR 13.106-3(a); and •(d) the offeror must be determined to be responsible based on the standards in FAR 9.104 Proposal evaluation does not permit tradeoffs between price and non-price factors. The Government reserves the right to (1) award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) whether proposed prices are determined to be fair and reasonable. Synopsitation Number: FA8601-17-R-0059. Set Aside: Small Business Set Aside NAICS Code: 492110: Couriers and Express Delivery Services. Small Business Size Standard: 1,500 Employees Acceptable means of Submission: All submissions must be submitted electronically to the following email address isaiah.steward@us.af.mil by 26 July 2017 by 12:00 p.m. EST. Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-17-R-0059" The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective 19 Jan 2017; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 Dec 2016; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-0127, effective 27 Jan 2017. Address questions regarding this synopsitation to Isaiah Steward via e-mail at isaiah.steward@us.af.mil. A detailed description of the requirement, specific instructions for submission of proposals, and how proposals will be evaluated are provided below. The draft BPA, including applicable provisions and clauses, representations and certifications and other terms and conditions is an integral part of this synopsitation and is attached. Upon award, the Additional Instructions to Offerors, Evaluation Factors, provisions, and representations and certifications in the synopsitation (including in the draft BPA) will be removed from the award document. Delivery Schedule: As scheduled following award Delivery Destination: 88 MDSS/SGSM Attn: Robert Dawalt 4881 Sugar Maple Drive Wright-Patterson AFB, OH 45433 Performance Work Statement: The Government, specifically the Medical Treatment Facility (88 MDSS/SGSM) located at Wright-Patterson AFB, OH has the requirement for 24 hours a day, 7 days a week, package delivery services. Packages include, but are not limited to, laboratory specimens, blood products, and laboratory reagents and the following: •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 within 300 mile radius of the Wright Patterson Medical Center to include local areas of Dayton, Cincinnati, and Columbus. Deliveries and/or pickups could be for remote locations not listed in the Statement of Work, as long as the distance is within the 300 mile radius. Contractor shall provide price list for local areas of Dayton, Cincinnati, Columbus and for remote locations.. Contractor shall provide price list for local areas and for remote locations. 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. Normal package size will vary with max size box of 20" X 20". 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 within 30 minutes of request. For a routine delivery in Dayton, OH the contractor will deliver the specimen/package to the destination within 90 minutes of request. The contractor shall be required to deliver STAT specimen to the requested site within 60 minutes of request for the Dayton area only. Wright-Patterson laboratory will inform the dispatcher that the request is a STAT (immediate). If routine deliveries for the Dayton area are not delivered to their destinations within 90 minutes of request, or if STAT (Immediate) deliveries for the Dayton area are not delivered within 60 minutes of requests a 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. 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 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. The Government will award a BPA resulting from this solicitation to the responsible Offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Price List number & date 4. Timeframe that the price list is valid - normally a minimum of one year 5. Completed copy of FAR 52.212-3 Alternate I (attached) 6. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached) Important Notice to Contractors: Offers MUST 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 Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Price Proposal: Price List: The offeror shall provide a price list that includes itemized costs for all services detailed in the Performance Work Statement listed above. And all ancillary costs the offeror may incur. The price list must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. Prices should be proposed as F.o.b. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft BPA with its price proposal. FAR 52.212-3-Offeror Representations and Certifications -Commercial Items (April 2016) with its Alternate I (October 2014) If the offeror has not completed the representations and certifications listed above online in the System for Award Management ( http://www.sam.gov ), the offeror shall complete these representations and certifications ( as prescribed therein ) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 13.5-Simplified Procedures for Certain Commercial Items to evaluate proposals submitted in response to the solicitation. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. FACTOR 1 - Technical: Pursuant to evaluation of all requirements listed in the Performance Work Statement, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to: 1. Meet Package Service Delivery Requirements 2. Provide Package Service Delivery in a timely manner as detailed in the PWS. FACTOR 2 Price: Price lists will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a). Evaluation Process: •(a) The Government will initiate concurrent evaluation of all evaluation factors on all proposals. The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government. •(b) If pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable; the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. •(c) For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable." At the conclusion of discussions, if the Technical factor is rated "Unacceptable" or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final. The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. •(d) For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachment: •1. Provisions and Clauses •2. PWS •3. FAR 52.222-22 •4. FAR 52.222-25 •5. FAR 52.209-2 •6. FAR 52.212-3 •7. Sample Price List Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-07-10 11:00:29">Jul 10, 2017 11:00 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-07-16 13:33:45">Jul 16, 2017 1:33 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0059/listing.html)
 
Record
SN04581355-W 20170718/170716233126-f6a0407a8b04ab2b401f9b47d39b4a5e (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  © 1994-2020, Loren Data Corp.