Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599

Department of the Treasury, United States Customs Service (USCS), Field Procurement Services Branch, 6026 Lakeside Blvd., Indianapolis, IN, 46278

S -- DISTRIBUTION SERVICES SOL CS-I-00-015 DUE 052600 POC Eva Roberts, Contract Specialist, Phone 317-298-1180 x1127, Fax 317-298-1344, Email eva.m.roberts@customs.treas.gov -- Lee Sullivan, Supervisory Contract Specialist, Phone 317-298-1119, Fax 317-298-1344, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=CS-I-00-015&L ocID=1802. E-MAIL: Eva Roberts, eva.m.roberts@customs.treas.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; proposals are being requested and a written solicitation will not be issued. The solicitation number CS-I-00-015, is issued as a Request for Proposal, and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-16. The standard industrial classification code is 4225 with a small business size standard of 5.0 million. There are four contract line items (CLIN); base period for one year and four one-year option periods. All description for the CLIN will be distribution services at the Customs National Distribution Center, 6482 Corporate Drive, Indianapolis, IN 46278. Contractor shall provide distribution related services, to include warehousing. The contractor shall provide distribution services from 7:00 a.m. to 3:30 p.m. est., Monday through Friday, except federal holidays. The Contractor shall be responsible for (1) labor support, (2) provide two warehousemen, one that will receive freight and place incoming stock into appropriate storage bins,(3)Warehousemen must be licensed forklift operators that will load and unload shipments,(4) provide one inventory specialist who will track and oversee the inventory, and perform general office administrative duties. Items may be shipped via overnight courier, freight forwarders, and the U.S. Postal Service. This acquisition includes the requirements for a subcontracting plan as described under Federal Agency Requirement, 19.704. Also, this acquisition is issued under full and open competition procedures. Prospective offerors should fax requests for the complete Statement of Work to Ms. Eva Roberts, Contract Specialist, at (317) 298-1344. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; award willl be based on the best value trade off process. The proposals will be evaluated using the trade-off process described in Federal Acquisition Regulation 15.101-1. The evaluation factors, which are of equal importance, are cost/price and past performance. Past performance will be evaluated based on the following criteria: (1) quality of service, (2) timely performance/delivery schedule, and overall customer satisfaction. Project shall be identified with the name(s) of individual(s) who work on them. Prospective offers/contractors without a record of relevant past performance or for whom information on past performance is not available, the offeror may submit relevant past performance for their key personnel. The government may use past performance information obtained from other than the sources identified by the offeror. Regardless of the available information, the prospective offeror/contractor who does not have a record of past performance will not be evaluated favorable or unfavorable on past performance; 52.212-3, Offeror Representations and Certification-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply to resultant contract: 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34, 52.222-41, 52.222-42, and 52.222-43. The addenda clauses are 52.228-5, 52.217-8, and 52.217-9. All offerors must include a completed copy of FAR 52.212-3 with their response. Because this is a commercial item, FAR 12.603(c)(3)(ii) will be used for establishing the solicitation response time. This contract will be awarded under FAR Subpart 13.5, Test Program for Certain Commercial Items. Offers are due to the Contracting Officer, May 26, 2000, 2:00 p.m., local time. All responsible sources may submit an offer which shall be considered by the U. S. Customs Posted 05/10/00 (D-SN453567). (0131)

Loren Data Corp. http://www.ld.com (SYN# 0091 20000512\S-0002.SOL)


S - Utilities and Housekeeping Services Index Page