Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413

National 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