Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540

U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC 20535-0001

V -- TRANSPORTATION OF PERSONNEL, EQUIPMENT AND VEHICLES SOL RFQ-0010577 DUE 022900 POC Theresa M. Powell, Contracting Officer, (703) 632-1431 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; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) number is 0010577, and is being conducted as an unrestricted procurement and under the procedures of Part 12 and 13 test program. The Standard Industrial Classification (SIC) code is 4522 (NAICS code is 481212), the size standard is 1,500 employees. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-14. The Federal Bureau of Investigation intends to award a firm-fixed price contract under RFQ 0010577, for airlift support services to and from Tucson, Arizona for a training exercise for the Hostage Rescue Team. The airlift support shall consist of three types as follows: Requirement #1. Transport at least, but not limited to, 72 personnel and their equipment. The equipment to be transported would include, but not be limited to, a) 52 each Tactical Bags, length 25", width 27", height 16", weighing 100 pounds each for a total weight of 5,200 pounds; b) 49 each Helmet Bags, length 13", width 10", height 16", weighing 15 pounds each for a total weight of 735 pounds; c) 23 each Rifle cases, length 51", width 16", height 6", weighing 45 pounds each for a total weight of 1,035 pounds; d) 4 each shipping cases, length 25", width 24", height 24", weighing 80 pounds each for a total weight of 320 pounds; e) 49 each M-4 cases, length 34", width 7", height 14" weighing 25 pounds each for a total weight of 1,225 pounds; f) 46 each MP-5 cases, length 28", width 7", height 14", weighing 20 pounds each for a total weight of 920 pounds; g) 72 each personal bags, length 25", width 20", height 14", weighing 45 pounds each for a total weight of 3,240 pounds; h) 45 each day walkers, length 20", width 11", height 20", weighing 30 pounds each for a total weight of 1,350 pounds. Estimated combined weight of the equipment for Requirement #1 is 14,025 pounds. Requirement #2. Transport vehicles and drivers to Tucson, Arizona and return. The drivers shall accompany the vehicles on this flight. The vehicles to be transported would include, but are not limited to, the following: a) 1 each Ford F-800 Truck, length 287", width 96", height 102", weighing 21,000 pounds; and b) 1 each MD-530 Helicopter, length 295", width 80", height 113", weighing 2,100 pounds. Total combined weight for Requirement #2 is 23,100 pounds. Additional vehicles or equipment may be added with short notice. Requirement #3. Return trip from Tucson, Arizona to include personnel, equipment and vehicles from requirements #1 and #2, and the following additional vehicles: a) 2 each Chevrolet Suburbans, length 237", width 82", height 103", weighing 8,500 pounds each for a total weight of 17,000; b) 2 each Ford F-350 Pick-up trucks, length 277", width 82", height 104", weighing 9,500 pounds each for a total weight of 19,000 pounds; c) 2 each MD-530 Helicopters, length 295", width 80", height 113", weighing 2,100 each for a total weight of 4,200 pounds; d) 1 each Ford F-800 truck, length 287", width 96", height 102", weighing 21,000 pounds. Estimated combined weight for additional equipment is 61,200 pounds. The estimated combined weight for all requirements is 98,325 pounds. Additional vehicles may be added. The FBI training deployment is subject to cancellation on short notice if other operational commitments should arise. The carrier would be notified immediately should it become necessary to cancel or reschedule the operation. The carrier must be prepared to depart from either Richmond International Airport or Dulles International Airport (to be designated by the FBI) and transport FBI personnel, equipment, and vehicles to either Tucson International Airport or Davis-Monthan AFB, Tucson, Arizona (also to be designated by the FBI). The date of departure for the flight to Tucson, Arizona will be March 13, 2000, with a scheduled return date of March 24, 2000. Standard Form (SF) 98 has been submitted to the Department of Labor for wage rates. The provision at FAR Clause 52.212-1, Instructions to Offerors, and addendum is incorporated. ADDENDUM to 52.212-1 modify (b) Submission of offers to read as -- "Submit signed and dated offers to the attention of Ms. Theresa M. Powell, Contracting Officer, via facsimile (703) 632-6103. The contractor shall provide all necessary costs associated with this request in its quote. Offerors shall provide names, addresses telephone and facsimile numbers of previous contracts (please limit to a maximum of five references), either Government or commercial, that have received the services (or similar services) requested above during the past five years for the purpose of evaluating Past Performance." Due to the short deadline for this training exercise, quotes shall be faxed to the number above and the original forwarded to FBI Academy, Building 9, Room B247, Attn: Ms.Theresa M. Powell, Quantico, Virginia, 22135. All quotes are due by 2:00PM, EST, 2/29/2000. Incorporated by reference are the FAR Clauses 52.212-4, Contract Terms and Conditions, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders, along with Subsection (c). Clause 52.212-3, Offeror Representations and Certifications apply. Each offer shall include a completed copy of 52.212-3 with the quote. FAR Clause 52.212-2, Evaluation is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2(a) -- Award will be based on best value to the government. The following factors shall be used to evaluate offers: Technical, Past Performance, and Price. Technical and Past Performance (listed in descending order of precedence) are significantly more important than cost or price. However, as quotes become more equal in their technical merit, the evaluated cost or price becomes the determining factor. Technical evaluation will be based on the offeror who can provide the required services listed above in the within the time frame requested and best value to the government. Past Performance will be based on telephonic performance evaluations received from previous contacts provided in the quote. Any vendor not having government or commercial experience will be rated as "Neutral." Offerors must acquaint themselves with the new regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications (located on the InterNet) are executed and returned as required in this synopsis/solicitation. WebSite: (FAR) http://www.ARNet.gov far. Posted 02/16/00 (W-SN426256). (0047)

Loren Data Corp. http://www.ld.com (SYN# 0128 20000218\V-0005.SOL)


V - Transportation, Travel and Relocation Services Index Page