Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414

Office of Acquisition and Grants, 1710 GWYNN OAK AVENUE, BALTIMORE, MD, 21207-5279

V -- ESTABLISH A BPA FOR THE PICKUP AND DELIVERY OF PARCELS NATIONWIDE SOL SSA-RFQ-00-3973 DUE 090899 POC KATHLEEN SPANGLER, 410-965-9511 WEB: Download Solicitation when/if available, http://www.ssa.gov/oag. E-MAIL: Contracting Officer, SSA/OAG, KATHLEEN.SPANGLER@ssa.gov. This is a combined synopsis/solicitation for commercial items 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. This is a simplified acquisition being completed under the Test Program For Certain Commercial Items (FAR 13.5), issued as a request for quotation (RFQ), number SSA-RFQ-00-3973. This request for quotation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This is a non-set aside. All responsible sources may submit an offer which shall be considered by the agency. The standard industrial classification codes (SIC) for this acquisition is 4213. REQUIREMENT: The Social Security Administration (SSA) would like to establish a Blanket Purchase Agreement (BPA) to provide pick-up and delivery of parcels generated by SSA printing contractors. SCOPE OF WORK: The carrier shall furnish the necessary facilities, equipment supplies and personnel to provide small package pick-up and delivery services to and from various points nationwide. These distribution points can include any ZIP code address in the continental United States. It is estimated that individual package weights will range from one to forty pounds. The number of packages picked up on each order will generally range from 1 to 3,000 with most packages going to different addresses. The number of orders will normally range from one to twenty per week. It is estimated that SSA ships 600 jobs per year and that approximately 1,000 packages would be the average number of packages distributed per order. SSA may require the use of a 3-day delivery service approximately 6 times per year. The contractor shall provide the most cost-effective method for delivery of multiple packages to one destination with a total weight of 200 pounds or more. The contractor shall furnish/provide the following: 1] SSA will require a shipper number (account number) for all term or one-time bid printing contracts and a separate shipper number (account number) for its POMS/MSOM printing contract. 2] Parcels will be picked up as required Monday through Friday between 8:00 a.m. and 5:00 p.m., local prevailing time, except as mutually agreed upon with the contractor for unusual situations. 3] Delivery of Ground Service packages will be made no later than 7 calendar days after pick-up. 4] Delivery of packages will be made directly to the premises of the addressee and a signature will be obtained at the time of delivery. 5] In cases where the carrier is unable to make a delivery of a package, a non- delivery notice will be left at the address stating that delivery has been attempted. Thereafter, a second and if necessary, a third attempt to deliver the package will be made without additional charge. 6] Packages refused by consignees or which for any other reason cannot be delivered will be promptly returned to the following address: SSA, Distribution Team, 1-B-18 Operations Building, 6401 Security Boulevard, Baltimore, Maryland 21235-6401, without additional charge. 7] If the carrier is unable to deliver any package because of an incorrect address, it will make every reasonable effort to secure the correct address. If the correct address is secured, the carrier will make another attempt at delivery and the shipper will be notified of the correct address. An additional charge will be assessed for delivery or attempted delivery to the correct address. 8] When requested by SSA, the carrier must furnish tracer information without additional charge. In addition, services generally offered to the public will be available to SSA subject to the same generally applicable weight, size, and service area limitations. 9] Contractor shall provide SSA with the name and phone number of the Account Representative and individual responsible for all billing inquiries. PROCESS FOR PLACING ORDERS: The printing contractor will alert the awardee of a pick-up and will provide them with a manual shipping record or computerized manifest. This manual record or computerized manifest must contain the following information: Contractor's name and address; SSA shipper number (account number); GPO jacket number; SSA requisition and print order number; pick-up date; number of packages; The contractor shall verify that the entries on the pick-up record or computerized manifest are complete and accurate. RATES AND CHARGES: Shipments that are made under this agreement are entitled to the same services and privileges as are provided in separately published tariffs or tenders, and agreements to which the carrier participates, including additional charges not to exceed those applicable to such services. INVOICING: A delivery service bill (invoice), in duplicate, shall be submitted weekly for all deliveries made during the preceding week. The invoice shall include: invoice week ending date, shipper number, BPA agreement order number, GPO jacket number, SSA's requisition and print order numbers, total number of packages delivered, and total invoice cost. The contractor shall submit the original delivery service bill to SSA's Office of Finance and a duplicate delivery service bill shall be submitted to the project officer. YEAR 2000 COMPLIANCE: The offeror shall insure proper and uninterrupted operations of their equipment into the next century (Year 2000 Compliant [Y2K]). All hardware/software modifications/enhancements needed must be completed prior to award of this BPA. The offeror must supply the Government with a date written certification for their Y2K information technology completion. PERIOD OF PERFORMANCE: The period of performance shall be for a base year plus two one year options if exercised, beginning October 1, 1999 through September 30, 2000. FAR Clause 52.212-1, "Instructions to Offerors -- Commercial Items" is incorporated by reference on page 1 of the Solicitation/Contract Order for Commercial Items, Form SF-1449. There are no addendum to these provisions. The provisions at FAR Part 52.212-2, Evaluation -- Commercial Items apply to this acquisition. The Government will award a BPA resulting from this request for quotation to the responsible offeror whose offer conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. To be considered for award under this solicitation, offers must submit a copy of their Commercial Ground Rates and offer an incentive discount to the Government for a base year and two option years. EXPERIENCE AND PAST PERFORMANCE INFORMATION: The offeror shall include three citations/references that adequately and conclusively demonstrate its relevant experience and record of past performance. Past performance information includes recent and relevant contracts for the same or similar items/services. Citation/references must have either been completed within, or awarded within and currently active, the last three years. For each citation/reference provided, the offeror shall provide the following information: Client's name, address; Name of the contracting officer/point of contact, telephone number including area code and extension if appropriate; Brief description of the services rendered; Show the type of contract, dollar value of contract at time of award, cumulative dollar value of contract to date, and period of performance; Indicate whether or not contract renewal options were exercised; Indicate and describe the extent to which the work required under the cited/referenced effort is applicable to the requirements set forth in this solicitation. Include any additional information, which will further describe the activities/functions performed and demonstrate the relationship of such experience to the requirements of this solicitation; Indicate whether or not the contract was successfully completed, discussing success in terms of cost, schedule and technical performance factors; Describe any significant problems that arose and explain how they were resolved. EVALUATION CRITERIA: The offers will be evaluated to assess compliance with the requirements set forth in this solicitation and to determine the reasonableness of the offered pricing for both the base year and option years. Evaluation of options will not obligate the Government to exercise the options. The Government will take random samplings of certain weight packages and certain zones and will apply the incentive discount offered to these rates. BASIS FOR AWARD: Award will be made to the offeror who represents the best overall value to the Government. Meeting the requirements of the solicitation, experience and past performance when combined are the most important factors for award. Price is secondary. The Government anticipates making only one award. Offerors are advised to include a completed copy of the provision at FAR Part 52.212-3 Offeror Representations and Certifications -- Commercial Items, with their quote. The provisions at FAR Part 52.212-4, Contract Terms and Conditions Commercial Items apply to this acquisition. There are no addendum to these provisions. The following provisions at FAR Part 52.212-5, Contract Terms and Conditions Required to Implement Statutes or executive Orders -- Commercial Items apply to the acquisition: (a) (1) and (2), (b) (1), (b) (8), (b) (11) through (15), (b) (23). Offers in response to the RFQ shall be submitted by September 8, 1999, 3:00 P.M. Eastern Standard Time, addressed to the Social Security Administration, Office of Acquisition and Grants, Attention: Kathleen Spangler, 1710 Gwynn Oak Avenue, Baltimore, Maryland 21207-5279. Posted 08/18/99 (D-SN369546). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0110 19990820\V-0007.SOL)


V - Transportation, Travel and Relocation Services Index Page