|
COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1999 PSA#2342Department of Defense, OSD/WHS, Real Estate and Facilities Directorate,
Support Service Division, Procurement Branch, Room 3C345 Pentagon,
Washington, DC 20301-1155 R -- COURIER & MESSENGER SERVICES SOL MDA94699T0552 DUE 052099 POC
Alvina Woodson, Contract Specialist 703-695-4905; Donna Truesdel,
Contracting Officer 703-695-4905, Facsimile 703-693-6807 (i) This is a
combined synopsis/solicitation for commercial services 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 quotations are being requested and a
written solicitation will not be issued. (ii) This solicitation,
MDA94699T0552 is a Request for Quotation (RFQ). (iii) This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Regulation Circular 97-11, Volume 64,
Number 42, dated March 04, 1999. (iv) The applicable Standard
Industrial Code is 7389, the corresponding size standard is $5.0M. This
procurement is not covered by the Small Bus Competitiveness
Demonstrative Program. (v)A list of contract line item number(s) and
items, quantities and units of measure, (including option(s), if
applicable).SEE THE NEXT ITEMS FOR CLINS/DESCRIPTION & DELIVERABLE UPON
EXERCISE OF OPTION (S). Contract Line Item Number (CLIN): 0001 -- BASE
YEAR; MONTHLY SERVICE FEE FOR THE PERFORMANCE OF DUTIES CITED IN THE
REQUIREMENT DECRIPTIONS. (CLIN) 0002 -- OPTION YEAR I; -- MONTHLY
SERVICE FEE FOR THE PERFORMANCE OF DUTIES CITED IN THE REQUIREMENT
DECRIPTIONS. (CLIN) 0003 -- OPTION YEAR II; -- MONTHLY SERVICE FEE FOR
THE PERFORMANCE OF DUTIES CITED IN THE REQUIREMENT DECRIPTIONS. (CLIN)
0004 -- OPTION YEAR III; -- MONTHLY SERVICE FEE FOR THE PERFORMANCE OF
DUTIES CITED IN THE REQUIREMENT DECRIPTIONS. Include a "rate sheet"
that cites no less than the following rate information: REGULAR
SERVICE, RUSH SERVICE, PRIORITY SERVICE, MILEAGE, WAITING TME, WEIGHT
CHARGES, NIGHT MINIMUM, WEEKEND MINIMUM, HOLIDAY MINIMUM, INCLEMENT
WEATHER. (iv) DESCRIPTION OF REQUIREMENT/STATEMENT OF WORK: DIRECTORATE
FOR INFORMATION OPERATIONS AND REPORTS -- MESSENGER/MAIL SERVICE: (1.)
GENERAL -- The contractor shall provide all labor, materials,
equipment, transportation, designated back up personnel, and
supervision required for twice-daily messenger/mail service for the
Directorate for Information Operations and Reports (DIOR). DIOR has two
locations: 1225 Jefferson Davis Highway, (Crystal Gateway 2) Suite 504
and 1215 Jefferson Davis Highway, (Crystal Gateway 3) Suite 1204,
Arlington, VA 22202. Service shall be provided twice daily, Monday
through Friday (except on Government holidays) between the two DIOR
locations and the Pentagon. Individual contractor employees (primary
and alternate) must have skills necessary to interface in professional
office environments and perform the functions stated herein. Shuttle
bus service is available between the Crystal City offices and the
Pentagon at no cost. (2.) GOVERNMENT RESPONSIBILITIES: Building Passes:
The Government shall conduct necessary background checks, and issue
building passes for the primary and alternate contractor employees. The
Government shall provide initial training by providing a representative
to go with the contractor's employee for the first three days of
service. (3.) CONTRACTOR RESPONSIBILITIES: Service: Pick up and deliver
mail, packages, and supplies weighing up to 40 pounds between the
various locations identified by the schedule at Section 6. Provide
copies of insurance and licenses to the Contracting Officer prior to
award of contract. Contractor employee shall be equipped with
contractor furnished cellular phone, and shall immediately notify the
Contracting Officer's Representative (COR) of delays relating to the
daily schedule. (4.) ADMINISTRATION: The Contracting Officer
Representative (COR) shall be appointed in writing by the Contracting
Officer. A letter of delegation shall be forwarded to the contractor
identifying the responsibilities of the COR. The Contractor shall be
provided a list of DIOR Points of Contact (POC's). The contractor shall
direct any questions while executing the deliveries to the COR or any
of the DIOR POC's. (5.) SCHEDULE OF SERVICE: Morning service shall
begin at 8:45a.m. and afternoon services shall begin at 1:45 p.m. It is
the Government's experience that each run takes approximately one and
one-half hours (based on 9 years experience by Government employees
providing the service and using the shuttle bus). (6.) ROUTE: Service
begins and ends at the Crystal Gateway locations (see addresses in
Section 1). STOP #1: CG-2, Room 504, -- Pick up all outgoing items.
STOP #2: CG-3, Room 1204, -- Pick up all outgoing items. STOP #3: Room
3B269, Pentagon, Budget & Finance (B&F). [a.] Delivery shall be made
to specified B&F representative. (A current list of authorized
representatives will be provided at the time of contract award, and
will be kept up-to-date by the Contracting Officer's Representative.)
[b.] Contractor employee must wait for B&F representative to sign the
documents being delivered. [c.] B&F representative will furnish
original signed copy of each document to be delivered at next stop.
[d.] Contractor employee will pick up mail from the B&F representative
and from the DIOR Systems and Services (S&S) mailbox,and carry to the
last stop, CG2, Room 504. STOP #4: Room 1B873, Pentagon, DSSW,
Contracting Office. [a.] Deliver documents to the Contracting Officer
(A current list of authorized representatives will be provided at the
time of contract award, and will be kept up to date by the Contracting
Officer's Representative.) [b.] Contractor employee must secure
signature from the Contracting Officer on the S&S Transmittal sheet
listing each requisitioning document delivered. [c.] Contractor
employee must pick up documents to be carried back to last stop, CG-2,
Room 504. There will be a DSS-W Transmittal sheet, prepared by DSS-W,
listing each award document. [c1.] Contractor employee will compare
documents attached to the DSS-W Transmittal sheet to determine that
each document listed is accounted for (compare requisition number on
document against requisition number listed; they should match). [c2.]
After contractor employee has determined that there is a document for
each item listed on the DSS-W transmittal, thecontractor employee signs
DSS-W Transmittal sheets, leaves a copy with the DSS-W Contract
Officer, and returns a copy to DIOR Systems and Services, CG2, Room
504. STOP #5: Room 3D972, Pentagon, Office of the Director,
Administration & Management (ODA&M) -- Make deliveries and pick up mail
to be returned to CG-3, room 1204. STOP #6: Room 3A948, Pentagon, OSD
Mail Room -- Make deliveries and pick up mail to be returned to CG-3,
room 1204. STOP #7: Room 5A673 -- Make deliveries and pick up mail to
be returned to CG-3, room 1204. STOP #8: CG-3, Suite 1204 -- Deliver
all items addressed to this location. STOP #9: CG-2, Suite 504 --
Deliver all items addressed to this location, including transmittal
sheets. OTHER STOPS: As a part of the contract, the contractor may be
required to pick up and/or make deliveries to a maximum of three (3)
additional locations in the Pentagon. The locations cannot be
identified at this time and may change from day to day depending on the
needs of DIOR. The contractor employee will be notified of the pick up
and/or deliveries and the specific location upon arrival at Stops 1
and 2. (vii) Date(s) and place(s) of delivery and acceptance and FOB
point. SEE STATEMEMENT OF WORK. (viii) The following provision applies
to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1,
Instructions to Offerors -- Commercial. FAR 52.214-31 Facsimile
Bids/Quote is also applicable to this acquisition. (ix) The following
provision applies to this acquisition: Federal Acquisition Regulation
(FAR) 52.212-2 Evaluation-Commercial Items/Services. Evaluation --
Commercial Items (Jan 1999) The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation is determined the best value to the
Government. Past performance and price factors shall be used to
evaluate offers. References of past performance are required and are to
be submitted NOT LATER THAN MAY 14, 1999 -- 2:00 P.M. Each reference is
to include point of contact for same or similar services rendered for
three (3) Government Entities and two (2) Commercial Entities, each
citing purchase order/contract number, agency point of contact name and
office telephone number, total project cost and date of award. The
Government intends to review quotes and award a contract without
discussions. However, the Government reserves the right to conduct
discussions if later determined by the Contracting Officer to be
necessary. The Government may reject any or all quotes if such action
is in the public interest; accept other than the lowest quote; and
waive informalities and minor irregularities in offers. (x) Quotations
are to include a completed copy of the provision at FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items/Services
with its submission. A copy of this provision can be obtained via
internet address: "http://www.arnet.gov/far/" (xi) The following clause
applies to this acquisition: Federal Acquisition Regulation (FAR)
52.212-4, Contract Terms and Conditions-Commercial Items/Services.
(xii) The following clause applies to this acquisition: Federal
Acquisition Regulation (FAR) 52.212-5, Contract Terms and Conditions
Required To Implement Statutes Or Executive Orders-Commercial
Items/Services. In addition the following clauses applies to this
acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-19,
52.222-41, 52.222-42, 52.222-43, and 52.222-47 (xiii) The following
contract requirements and additional clauses apply to this
solicitation: Option clauses FAR 52.217 -Evaluation of Options (Jul
1990). Except when it is determined not to be in the Government's best
interests, the Government will evaluate offers for award purposes by
adding the total price for all options to the total price for the basic
requirement. Evaluation of options will not obligate the Government to
exercise the option(s). FAR 52.217-8 -Option to Extend Services; and
52.217-9 Option to Extend the Term of the Contract. (ivx) There is not
a Defense Priorities and Allocations system (DPAS) rating assigned to
this acquisition. (xv) See Numbered Notes 1. (xvi) This notice is
posed until May 20, 1999, 2:00 p.m., by that time submission and
delivery of quotes from interested sources are to be delivered to one
of the following locations; Pentagon Metro Entrance, Pentagon South
Parking-Corridor Entrance or Pentagon North Parking Entrance OR via
facsimile at 703-693-6807. (xvii) P.O.C. Ms. Alvina Woodson, Contract
Specialist 703-695-4905, Ms. Donna Truesdel, Contracting Officer
703-695-5184. Any further inquiries are to be forwarded via facsimile
on 703-693-6807. NO TELEPHONE INQUIRIES WILL BE ANSWERED REGARDING THE
SOLICITATION. Posted 05/06/99 (W-SN328368). (0126) Loren Data Corp. http://www.ld.com (SYN# 0062 19990510\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|