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