|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 R -- INTERNATIONAL RE-MAIL SERVICES SOL 53SBNB960091 DUE 090299 POC
Diane Loeb, Contract Specialist 301-975-6399 or Sandra Febach,
Contracting Officer 301-975-6326 WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. 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. Award shall be made in accordance
with FAR Subpart 13.5 Test Program for Certain Commercial Items. This
announcement CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The
solicitation is issued as a request for quotation (RFQ) No.
53SBNB960091. The solicitation document and incorporated provisions and
clauses are those in effect through FAC 97-12. The SIC code is 7331 and
the small business size standard is $5 Million. The National Institute
of Standards and Technology (NIST)'s Mail & Distribution Group has a
need to procure international re-mail services. Prices are requested as
follows: Contract Line Item Numbers: BASE PERIOD Item # B001 Re-Mail
Services, price per pound; OPTION YR ONE Item #1001 Re-Mail Services,
price per pound; OPTION YR TWO Item #2001 Re-Mail Services, price per
pound OPTION YR THREE Item #3001 Re-Mail Services, price per pound
OPTION YR FOUR Item #4001 Re-Mail Services, price per pound. MINIMUM
AND MAXIMUM ORDER AMOUNTS: During the period specified in the Ordering
Clause (FAR 52.216-18), the Government shall place orders totaling a
minimum of $100,000 per year. The amount of all orders shall not exceed
$1,000,000 inclusive of all contract options over the maximum five year
contract period. STATEMENT OF WORK: The contractor shall furnish the
necessary personnel, material, equipment, services and facilities to
perform the services in accordance with the Statement of Work. The
contractor shall pick up on a daily basis, all international mail from
NIST Mail Center and re-mail into other countries' local or
international mail systems. The mail is to be processed, posted within
36 hours, and delivered first class to recipients in 4 to 8 business
days. Air printed matter is to be picked up, processed, and posted
within 36 hours and delivered within 7 to 14 business days. The time
for daily pick up is between 4:00 pm and 6:30 pm. Pick-up shall
include, but is not limited to: verify weights, number of bags, and a
signed receipt for the materials. The contractor shall return
non-deliverable materials free of charge within 7-10 days. The
contractor shall supply all preprinted airway bills, bags and ties. In
addition, the contractor shall provide two transit studies per year to
track transit times. Each study shall identify when the re-mail was
posted and the date received by the individual. For the study, the
contractor shall provide cards with International Business Reply permit
to be inserted in envelopes of a major NIST mailing. The contractor may
receive two major mailings per year (estimated 5,000 pieces) at which
time the study is anticipated to be conducted . Typically these major
mailings will be within six months of each other. The contractor shall
have the capability to process approximately 87 lbs. per day. NOTE FOR
INTERESTED VENDORS: Sampling information is available. The information
is based on a two week count, weight and country. See the contact
information below in order to obtain this information. PERIOD OF
PERFORMANCE: The contract term is one year from the date of award with
option to extend the contract for four additional one year periods.
The following clauses apply to this acquisition: FAR 52.212-4, Contract
Terms and Conditions -- Commercial Items; FAR 52.217-8, Option to
Extend Services; and FAR 52.217-9, Option to Extend the Term of the
Contract (a) The Government may extend the term of this contract by
written notice to the Contractor within 15 days of contract expiration
. and (c) The total duration of this contract, including the exercise
of any options under this clause, shall not exceed five years.
Pursuant to FAR 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items. (a) The
Contractor agrees to comply with the following FAR clauses, which are
incorporated inthis contract by reference, to implement provisions of
law or executive orders applicable to acquisitions of commercial items:
(1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3. Protest
after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with
the FAR clauses in this paragraph (b) which the contracting officer has
indicated as being incorporated in this contract by reference to
implement provisions of law or executive orders applicable to
acquisitions of commercial items or components: 52.203-6, Restrictions
on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.
253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business
Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-9, Small Business
Subcontracting Plan (15 U.S.C. 637 (d)(4)) [NOTE TO LARGE BUSINESSES:
Please contact the contracting office for information regarding
submission of a Subcontracting Plan]; 52.222-21, Prohibition of
Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O.
11246); 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative
Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer --
Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor
agrees to comply with the FAR clauses in this paragraph (c), applicable
to commercial services, which the Contracting Officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components (1) 52.222-41, Service Contract Act of
1965, As Amended (41 U.S.C. 351, et seq.): Wage Det. No. 94-2103,
Revision 19, dated 06/28/99 or any later version; (2) 52.222-42,
Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41
U.S.C. 351, et seq.):estimates one International Mail Truck Driver at
$23.96 per hours and one Truck Driver, at $15.08 per hour; (3)
52.222-43, Fair Labor Standards Act and Service Contract Act -- Price
Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41
U.S.C. 351, et seq.; (d) Comptroller General Examination of Record. The
Contractor agrees to comply with the provisions of this paragraph (d)
if this contract was awarded using other than sealed bid, is in excess
of the simplified acquisition threshold, and does not contain the
clause at 52.215-2, Audit and Records -- Negotiation. (1) The
Comptroller General of the United States, or an authorized
representative of the Comptroller General, shall have access to and
right to examine any of the Contractor's directly pertinent records
involving transactions related to this contract. (2) The Contractor
shall make available at its offices at all reasonable times the
records, materials, and other evidence for examination, audit, or
reproduction, until 3 years after final payment under this contract or
for any shorter period specified in FAR Subpart 4.7, Contractor
Records Retention, of the other clauses of this contract. If this
contract is completely or partially terminated, the records relating to
the work terminated shall be made available for 3 years after any
resulting final termination settlement. Records relating to appeals
under the disputes clause or to litigation or the settlement of claims
arising under or relating to this contract shall be made available
until such appeals, litigation, or claims are finally resolved. (3) As
used in this clause, records include books, documents, accounting
procedures and practices, and other data, regardless of type and
regardless of form. This does not require the Contractor to create or
maintain any record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision of law. (e)
Notwithstanding the requirements of the clauses in paragraphs (a), (b),
(c) or (d) of this clause, the Contractor is not required to include
any FAR clause, other than those listed below, in a subcontract for
commercial items or commercial components -- (1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); and
(3) 52.222-36, Affirmative Action for Workers with Disabilities (29
U.S.C. 793). Additional terms and conditions and FAR clauses include
52.216-22 Indefinite Quantity (d) the Contractor shall not be required
to make any deliveries under this contract after the period of
performance of the task ends; 52.216-18, Ordering: Orders may be issued
from the contract award date through the last day of contract term,
including all exercised options; 52.219-19, Order Limitations:
52.216-19 (a) Minimum Order. When the Government requires supplies or
services covered by this contract in an amount of less than $5,000, the
Government is not obligated to purchase, nor is the Contractor
obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor -- (1) Any
order for a single item in excess of $200,000; (2) Any order for a
combination of items in excess of $200,000; or (3) A series of orders
from the same ordering office within 180 days that together call for
quantities exceeding the limitation in subparagraph (b)(1) or (2) of
this section. The Contractor shall honor any order exceeding the
maximum order limitations in paragraph (b), unless that order (or
orders) is returned to the ordering office within 7 days after
issuance, with written notice stating the Contractor's intent not to
ship the item (or items) called for and the reasons. Upon receiving
this notice, the Government may acquire the supplies or services from
another source; FAR 52.219-16, Liquidated Damages-Subcontracting Plan;
52.219-23, Notice of Price Evaluation Adjustment for Small
Disadvantaged Business Concerns (b) Evaluation Adjustment Offers will
be evaluated by adding a factor of 10%; 52.232-33, Payment by
Electronic Funds Transfer-Central Contractor Registration; Service of
Protest: An agency protest may be filed with the Contracting Officer or
at a level above the Contracting Officer, with the agency Protest
Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999)
(http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the
procedures for filing agency protests at the level above the
Contracting Officer (With the Protest Decision Authority). Agency
protests filed with the Contracting Officer shall be sent to Sandra L.
Febach at the address identified below for receipt of quotes. If a
protest is filed with either the Protest Decision Authority, or with
the General Accounting Office (GAO), a complete copy of the protest
(including all attachments) shall be served upon both the Contracting
Officer and Contract Law Division of the General Counsel within one day
of filing with the Protest Decision Authority or with GAO. Service upon
the Contract Law Division shall be made, as follows: U.S Department of
Commerce, Office of the General Counsel, Contract Law Division-Rm
5893, HCH Building, 14th St and Constitution Ave., NW, Washington, DC
20230 Attn: Jerry Walz, Esquire FAX(202) 482-5858. AWARD shall be made
to the vendor whose overall submission demonstrates the best value to
the government price and other factors considered. FAR 52.217-5,
Evaluation of Options is applicable. EVALUATION: The following factors
will be used in evaluating the information submitted by vendors. 1.
EXPERIENCE IN INTERNATIONAL RE-MAIL SERVICE: The vendor shall provide
the background of their company, the number of years of experience in
the Re-Mail Service to include such information as identification of
hubs (sortation center) used and methodology of delivery to
international local mail systems. The vendor shall have at least 5
Years experience in International Re-Mail Service. Use of one major hub
is preferred over multiple hubs. 2. PAST PERFORMANCE: The vendor shall
provide three references to be contacted regarding past performance
which are relevant to this solicitation. The vendor shall provide the
name of the company, contact person(s), address, telephone number,
email address if available and contract number. Experience with other
government international re-mail services is highly desirable. This
will establish the offeror's performance and reliability record.
References provided shall be firms for which work has been performed
within the past five years for similar services. NOTE: Verify
references are current and reachable. Additional references may not be
requested if those provided are not available to discuss past
performance. 3. UNDERSTANDING THE REQUIREMENTS: The vendor shall
provide a concise, legible and well-organized submission with
sufficient information which demonstrates establishing a clear
understanding of the requirement and how to fulfill the technical
specifications set forth in the Statement of Work. Quoters shall
provide the information required by FAR 52.212-1, Instructions to
Offerors -- Commercial Items. The vendor responding to this RFQ must
submit one price per pound per year, for the requested service,
information demonstrating the vendor's ability meet NIST's requirement,
and a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items (available at
http://www.nist.gov/admin/od/contract/contract.htm), with their RFQ.
NOTE: The standard industrial classification (SIC) Code is 7331 and the
small business size standard is average annual gross revenue of $5
million. All FAR references are available at http://www.arnet.gov/far/.
Quotations and questions regarding the solicitation may be made via the
contracts email address contracts@nist.gov, facsimile 301-963-7732, or
by writing to the National Institute of Standards and Technology,
Acquisition and Assistance Division, Building 301, Room B117, 100
Bureau Drive, STOP 3572, Gaithersburg, MD 20899-3572. Be sure to
reference the RFQ NO. 53SBNB960091. QUESTIONS REGARDING THIS COMBINED
SYNOPSIS/SOLICITATION shall be placed no later than five business days
before the due date. All vendors are responsible for checking the CBD
for amendments to this notice prior to the due date for quotes. All
responsible businesses may submit a quotation with the requested
information which shall be considered by the agency. Vendors are to
submit all offers to the National Institute of Standards and
Technology, Acquisition and Assistance Division, Building 301, Room
B117, 100 Bureau Drive Stop 3572, Gaithersburg, MD 20899 -3572,
Attention Diane Loeb, Solicitation No. 53SBNB960091 by 3:00 p.m.,
August 31, 1999. The anticipated award date is September 15, 1999.
Posted 08/17/99 (W-SN368930). (0229) Loren Data Corp. http://www.ld.com (SYN# 0099 19990819\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|