Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,2000 PSA#2566

U.S. Army Industrial Operations Command, Attn: AMSIO-ACA-R, Bldg. 350, 5th Floor, Rock Island, IL 61299-6000

V -- FREIGHT FORWARDING SERVICES (FFS) SOL DAAA09-00-R-0106 DUE 041000 POC Contracting Officer-Emil Maslanka (309) 782-3420 maslankae@ioc.army.mil-Contract Specialist Rosemary Hensley (309) 782-5534 hensleyr@ioc.army.mil WEB: NA, NA. E-MAIL: click here to contact the contracting office via e-mail, maslankae@ioc.army.mil or hensleyr@ioc.army.mil. a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested. A written solicitation will not be issued. b)This solicitation is issued as a Request for Proposal (RFP) c)The solicitation/document/incorporated provisions/clauses are those in effect through FAC 97-15 dated 25 February 2000. Access to FAR:http://www.acq.osd.mil/dp/dars. d)Standard Industrial Classification Code(SIC)4731. This acquisition is not a set aside for small business(SB). e)Solicitation contains one CLIN 0001AA f) Provide single FFS for Govt ammunition shipment of approximately 460 sea vans (containers) into Germany and Norway. Offerors must provide the following:1) Obtain all foreign country clearances. 2) Complete all documentation and coordination required by the US, Germany and Norway, the receiving companies, and any other entities to include, but not limited to customs clearance, import licensing, manifesting, and lading drayage. 3)Offload German shipment of 271 sea vans at Port of Nordenham, with 71 going to ISL Lubben 121 to EBV Vogelgesang and 79 Pinnow/Nammo Schwedt, Germany.4)Offload Norway shipment of 189 sea vans at Port of Hammernesodden and transport to Vestgruva i Malm-Norway. Offeror is responsible for offloading and transporting all assets by inland rail or truck with security services equal or greater than US DoD requirements.5) Shipment arrives first destination Port of Nordenham o/a 10 May 2000, and arrives second destination, Port of Hammernesodden o/a 15 May 2000. Completion date for entire service is 30 Jun 2000.g)The provision at 52.212-1, Instructions to Offerors-Commercial, is included. Paragraphs A,B,C,F,G,and J apply. Addenda to this clause: 1)Offerors must submit firm fixed price proposals on a per container basis plus or minus 10% for the following five options: 1) German shipment-271 containers and transport of empties to Ramstein Air Base Germany 2)Norway shipment 189 containers and transport of empties to Port of Oslo 3) Norway shipment with release of empties at storage facility 4)shipment of 460 containers(options 1 and 2)and 5)shipment of 460 containers(options 1 and 3). Certified cost and pricing will not be required, as the Govt expects adequate competition will exist. However the Contracting Officer reserves the right to require certified cost or pricing data. Any or all of the above may be awarded on a Best Value Basis. 2)Offerors must submit past performance information to include:references minimum of 3, maximum 5 for the past year. Include contract numbers, names/companies and phone numbers, to which previous FFS were provided. For each reference describe the services provided, your experience with hazardous/explosive waste/material, types of ammunition shipped up to category 2 explosives, and your experience with security for these items. Each reference should not exceed 1 typed page 3)In a separate document offerors, both SB and Large Business(LB), are required to identify the extent to which SBs SDBs, WOSBs, HBCU/MIs,and HUBZone SB will be utilized in contract performance. For SB, as defined by the solicitation's SIC the offeror's own participation as a SB, SDB, WOSB, HBCU/MI, or HUBZone SB must be identified and is considered in evaluation. Offeror is to address the following factors in detail: (a) Names of SB, SDB, WOSB, HBCU/MI, and HUBZone SB who would participate in this contract.(b) Type of Business: ( )SB( )SDB( )WOSB( )HBCU/MI( )HUBZone SB(c) Products/Services to be performed by SB,SDB,WOSB,HBCU/MI,HUBZone SB. (d)Estimated Dollar Value of components/services to be performed by SB,SDB,WOSB,HBCU/MI, and HUBZone SB. Offeror must provide a description of performance over the past 3 calendar years in compliance with FAR 52.219-8. Include:(a) Description and available documentation of methods employed to promote SB utilization. (b)Describe internal methods used to monitor SB utilization. NOTE: LB offerors, as defined by the solicitatiion's SIC, should also provide an analysis of performance over the past 3 calendar years in compliance with FAR 52.219-9/DFARS 252.219-7003. Analysis should include a comparison of actual performance in utilizing SB, SDB, WOSB, HBCU/MI, and HUBZone SB against approved plans. Offeror's analysis must be supported with all available documentation. LB, which have never had a contract incorporating FAR 52.219-9 and/or DFARS 252.219-7003, shall so state. 4)Funds are not presently available for this acquisition. h)FAR 52.212-2, Evaluation-Commercial Items. Paragraphs A and C apply. Factors for evaluation in A are: 1)Past Performance(50%) 2)Price(45%) 3)SB Utilization(5%). Past Performance will be evaluated on 3 subfactors 1)Security-offeror's record of securing DoD munitions IAW US DoD regulations 2)Shipping/Movement of hazardous/explosive waste/material-offeror's record of obtaining required licenses/permits/country clearances etc, with no notices of violation 3)Types of munitions-offeror's record of shippig munitions up to and including category 2. An adjectival rating for each of these subfactors with an overall rating for Past Performance will be assigned. The individual subfactor ratings will be supported by narrative rationale for each rating. An offeror with no record of relevant past performance, or for whom information on past performance is not available, will be rated as "Unknown Performance Risk". Following are definitions of performance risk that will be used to describe the results: High Performance Risk-Based on the offeror's performance record, substantial doubt exists that the offeror will successfully perform the required effort. Moderate Risk-Based on offeror's performance record, some doubt exists that the offeror will successfully perform required effort. Low Risk-Based on offeror's performance record, little doubt exists that the offeror will successfully perform required effort. Unknown Risk-No performance record identifiable.2) Price-Offeror's price will be determined by calculating per container price by total awarded.3) SB utilization Govt assessment of SB utilization will be accomplished through evaluation of the following:(a) Proposed SB Utilization. Govt will evaluate the extent to which offerors identify and commit to utilizing SB, SDB, WOSB, HBCU/MI, and HUBZone SB in contract performance. Utilization may be as a contractor/subcontractor/or team/joint venture. Four elements addressed under this subfactor are: (1)Percentage of subcontract dollars set aside for SB, SDB, WOSB, and HUBZone. (2) Identification of all SB, SDB, WOSB, HBCU/MI, and HUBZone SB participating in this contract, (3) Identification of specific products/services provided by those individual firms, and (4) Estimated dollar amount of each of the identified actions.(b) Past SB Utilization. Govt will evaluate and assess the risk of the offeror actually achieving the SB participation proposed. Two elements addressed under this subfactor are:(1) Offeror's comparative analysis of approved subcontract goals with actual performance statistics for utilization of SB, SDB, WOSB, HBCU/MI, and HUBZone SB over the past 3 calendar years. (2)Internal methods used to monitor and promote SB utilization. A composite rating considering each of the above sub-elements will be assigned to each offer. Offeror must meet or exceed all criteria within the rating to receive that rating. The following adjectival ratings are used: Excellent:Offeror proposed to use a SB vendor base that exceeds published goals for SB(23%),SDB(5%),WOSB(5%),and HUBZone(1.5%). Offeror provided name(s), type of business, products/services to be performed and estimated dollar value of the products/services to be performed by SB. Based on offeror's past performance there is low risk offeror will not meet proposed goals. Good:Offeror proposed to use a SB vendor base that does meet the published goals(see excellent). Offeror provided name(s), type of business, products/services to be performed and estimated dollar value of the products/services to be performed by SB. Based on the offeror's past performance there is only a low to moderate risk offeror will not meet the proposed goals. Fair:Offeror proposed to use a SB vendor base that does not meet all the published goals(see excellent).Offeror has provided only some of the name(s), type of business, products/services to be performed and only estimated dollar value of the products/services to be performed by SB. However, offeror provides full explanation and justification for the shortcomings of either the planned participation below the published goals and unidentified SB vendors, or products/services to be performed by small businesses. Based on the offeror's past performance there is no more than moderate risk the offeror will not meet the proposed goals. Unacceptable:Offeror proposed to use SB vendor base that does not meet all the published goals(see excellent). Offeror provides no explanation and justification for the shortcomings. In addition, the offeror provided only limited name(s), type of business, products/services to be performed and only an estimated dollar value of the products/services to be performed by SB without any commitments. Based on the offeror's past performance there is high risk the offeror will not meet the proposed goals. Neutral:Offerors, exempt from submitting a subcontracting plan in accordance with FAR 19.702 (b), will be given a neutral rating. Similarly, offerors not having a record of experience with a contract including FAR 52.219-9/DFARS 52.219-7003 will also receive a neutral rating. Offerors, assessed as neutral will neither be aided nor harmed by the assessment i) Offerors are required to include completed copy of 52.212-3/Offeror Representations and Certifications-Commercial Items with proposals. This clause is included in its entirety. j)FAR 52.212-4, Contract Terms and Conditions, is included. Paragraphs A,B,C,D,E,F,G,I,K,L,M,Q,R,and S (except 7,8,and 9) apply. Addenda to this clause include transportation requirements FAR References: 52.247-9/16/17/21/22/27/58/4503(Sensitive Category II). k)FAR 52.212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders is incorporated. Paragraph A applies. Applicable paragraph B clauses:1,5,6,7,12,13,14,15,and 22. Applicable paragraph C clauses:1 and 2. L) Proposals are due April 10, 2000, 4:00 P.M. CST, to address in #7 m) The Contracting Officer or the Contract Specialist may be contacted for information. Posted 03/24/00 (W-SN438052). (0084)

Loren Data Corp. http://www.ld.com (SYN# 0084 20000328\V-0001.SOL)


V - Transportation, Travel and Relocation Services Index Page