SOLICITATION NOTICE
V -- Tax Records/Supply Shipment Transportation (Local)
- Notice Date
- 9/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 484110
— General Freight Trucking, Local
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Southeast Area (OS:A:P:F:SE), 2888 Woodcock Boulevard, Suite 300, (Stop 80N), Chamblee, GA, 30341
- ZIP Code
- 30341
- Solicitation Number
- TIRSE04-R-00005
- Response Due
- 9/27/2004
- Archive Date
- 10/12/2004
- Small Business Set-Aside
- Total Small Business
- Description
- 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 is TIRSE-04-R-00005 and is being issued as a Request for Proposal. The IRS will be entering into an unrestricted Commercial Item (CI) procurement using Simplified Acquisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This requirement is set-aside for small businesses for which the North American Industry Classification System (NAICS) Code is 484110 Small Business Size Standard is $18.5 million and 492110 with Small Business Size Standards of 1,500 employees. A.1 STATEMENT OF WORK The contractor shall provide all labor, equipment, supervision and related services to make scheduled moves of boxes containing tax returns/related records for the Internal Revenue Service (Government), 5333 Getwell Road, Memphis, TN to three (3) IRS locations. IRS, 3645 Lamar Avenue, 3653 Lamar Avenue, Memphis, TN 38118, and occasionally to 4450 S. Mendenhall, Memphis TN 38141. Contractor will be notified of shipment destination to IRS 4450 S. Mendenhall when required upon arrival to IRS 5333 Getwell Road location. The trips to the Lamar locations are round trip dock-to-dock and the trips to the Mendenhall location is one way dock to a specified area(inside delivery). The services will be performed in accordance with specifications set forth herein. Offerors are hereby advised that all quantities listed within the solicitation are estimates only and are being provided for information purposes only. The extended prices (Amounts) will be used for evaluation purposes only, the government does not commit to ordering services based upon the Estimated Quantities or Amounts listed in the Price Schedule attached. A.2 SPECIFICATIONS A.2.1 Labor and Equipment Requirements A. The Contractor shall provide qualified employees, including an employee who has supervisory authority and responsibility, as needed to facilitate the safe, efficient, and timely loading and unloading of carts and pallets. B. The Contractor shall provide the required number of safe over-the-highway type vehicles and drivers as needed for each shipment. All vehicles must be in good working order, free of mechanical defects, water tight, easily loaded using a standard height dock, and with the doors(s) in workable condition, which can be secured and sealed after loading. The Contracting Officer or designated representative may reject any equipment that does not meet these conditions. IRS security personnel will be required to check the vehicle upon all entries onto the property located at 5333 Getwell Road and each IRS location. C. The Contractor is responsible for ensuring all motor vehicles (tractors/trailers) used to carry out the terms of this contract pass all state and federal mechanical inspection criteria, and all other regulatory requirements. Ensuring that all "loads" transported are within state and federal legal limits will be the responsibility of the Contractor. D. Contractor must be bonded and provide proof of bond and insurance prior to award of the order. Contractor must be in possession of all applicable certifications to perform the services required in this statement of work. E. Insurance ? Work on a Government Installation In accordance with FAR 52.228-5, Insurance - Work on a Government Installation; insurance of the following types and minimum amounts shall be procured and maintained during the entire period of performance under this purchase order: (a) Workman's Compensation and Employees Liability Insurance - as specified by applicable statute, but not less than $100,000. (b) General Liability Insurance - Bodily Injury Liability - $500,000 per occurrence. (c) Automobile Liability Insurance - $200,000 per person $500,000 per occurrence bodily injury, $20,000 per occurrence property damage. F. Background Investigations The contractor?s employees (truck drivers, supervisors, laborers, etc.) will be required to complete all appropriate IRS provided paperwork, forms, and/or fingerprinting necessary to process a National Background Investigation Check (NBIC) due to the nature of the sensitive tax data to be transported. Integrity letters for all employees/laborers may also be required from the successful contractor on company letter head (template will be provided by IRS). Any employee whose investigation is unsatisfactory will not be permitted to work on the sites indicated under this statement of work. Background Investigation packages will be provided to the successful contractor by the Contracting Officer?s Technical Representative (COTR) after award of the order. A.2.2 Records/Supply Shipment A. The Contractor will be required to complete a weekly Courier Service Work log provided by the COTR at the beginning of each work week. This log must be completed on a daily basis and the original will be submitted to the COTR each Friday at the end of the work day. B. Shipments will consist of approximately 32 wheeled carts per load with dimensions of 32L X 21W X 43.5W and 32L X 18W X 43.1/4W, three shelves or 15 pallets of boxes/paper supplies and/or tax forms. Maximum weight of one item is approximately 75 pounds. The contractor will provide binding supplies/materials to keep shipment on carts and/or pallets stable C. TAKE EXTREME CARE WHILE HANDLING SHIPMENT TO AVOID SPILLAGE OR SHIFTING DURING TRANSPORT. D. IRS supports a smoke free work environment. CONTRACTOR'S EMPLOYEES ARE FORBIDDEN TO SMOKE WHILE IN THE DOCK AREAS AND WHEN ENGAGED IN THE LOADING OR UNLOADING OF SHIPMENTS. A.2.3 Loading Operation A. The Contractor shall provide enough qualified laborers to perform the loading operation. The Contracting Officer's Technical Representative (COTR) may direct the Contractor to adjust the number of laborers used if safe, efficient, or timely completion of loading operation is not maintained. These adjustments to the Contractor's labor pool, as directed by the COTR, shall not result in an adjustment to the contract price. B. The contractor will be required to provide services five (5) days per week, Monday thru Friday, excluding Federal Holidays, beginning at 7:30 a.m. until 4:00 p.m. There is a minimum requirement of four (4) round trips per day. Additional trips may be required. Time schedules for pick-ups will be negotiated with IRS and contractor. It is anticipated that the task will take approximately two hours to load, unload, and drive time per round trip. The contractor will be responsible for ensuring that all shipments arrive at the intended destination in the same condition as received. C. The shipment must be packed and tied in such a manner so that load shifting and spillage does not occur. D. After loading, all doors on the truck(s) will be secured by lock or sealing device before transit. Vehicle cannot be moved from loading dock area until inspected and approved by the COTR or other designated representative. E. The Government will furnish at least one IRS employee to monitor the loading operation. F. Upon completion of loading, the truck(s) will be immediately driven to the appropriate IRS location designated by the Government for unloading (refer to "Unloading Operation"). All shipments shall remain secured at all times until unloading operation is complete. Should the loading operation not be completed in time for the shipment to be received at either IRS Lamar office destination, the truck shall be driven to the IRS, 5333 Getwell Road, Memphis, TN office to be secured in the Internal Revenue Service campus until the following day, then driven to the destination IRS building in time for commencement of the unloading operation. A.2.4 Unloading Operation A. The contractor shall provide enough qualified laborers to perform the unloading operation. Employees of the Contractor shall unload the carts and pallets and place them on the dock of the designated IRS building. Shipments to the Mendenhall location must be delivered to the designated requestor?s area, and placed in the designated location. B. The Government may direct the Contractor to unload shipment at one or more docks at the IRS building. Therefore, the driver shall be accessible to move the truck/trailer during the unloading operation. The Contractor shall determine and provide the appropriate size and number of truck(s) to accommodate the loading and unloading of shipment at all docks involved. A.3 SUPERVISION The Contractor shall arrange for satisfactory supervision of all contract work, including strict adherence to all Disclosure of Information provisions. Contractor and all contractor employees will be escorted by an appointed IRS employee when given limited inside access to the building (i.e, use of restrooms). The COTR shall be able to contact the Contractor or project manager at any time, when contract work is in progress, to provide notices, reports, or requests from the Contracting Officer or his/her representative. It is policy that Government direction or supervision of Contractor employees, directly or indirectly, shall not be exercised. A.4 QUALIFICATION OF EMPLOYEES The Contractor may be required by the COTR to dismiss employees hat are deemed incompetent, careless, unsuitable or otherwise objectionable, display signs of sexual harassment, or whose continued employment is deemed contrary to the public interest or inconsistent with the best interest of national security. Each employee of the Contractor assigned to work on the contract shall be a citizen of the United States of America or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form I-1151, or, who presents other evidence from the immigration and Naturalization Services that employment will not affect his/her immigration status. Performance will be based on arriving daily at destination timely, meeting the daily requirement of round trips, ensuring that shipments are delivered in the same condition as received, and contractor service must adhere to disclosure requirements as set forth by IRS. Failure to meet any of these requirements may result in immediate termination of services. A.5 SITE INSPECTION The government shall provide the successful contractor access to the site for purpose of evaluating environment, operational procedures and safety requirements prior to start date. The contractor will be provided a contact name and telephone number to arrange for a site visit. A.6 INFORMATION TO BE RETURNED TO CONTRACTING OFFICER To submit a valid quote to be considered for award of this order, please submit the following completed information no later than close of business September 27, 2004. Responses can be faxed to (404) 338-9231. 1) Supplies or Services and Prices/Cost (Page B-6) 2) FAR 52.212-3 Offeror Representations and Certification--Commercial (access website: www.arnet.gov/far/) A.7 INFORMATION CONCERNING RFQ All questions concerning this request for quotation should be directed to Laverne M. Farrington, Contracting Officer, in writing via fax number 404-338-9231 or e-mail address laverne.farrington@irs.gov. Deadline for submission of questions is 12:00 noon (e.s.t.), Friday, September 17, 2004. CLAUSES AND PROVISIONS: 52.212-1, Instructions to Offerors-commercial Items and 52.212-2, Evaluation-commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, confirming to the solicitation, will be most advantageous to the Government, price and other factors considered. 52.212-3, Offeror Representations and Offeror Representation and certifications-Commercial Items, apply to this solicitation should be completed and accompany your quote as required. 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 (a) The contractor agrees to comply with the following FAR Clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (1) 52.217-5 Evaluation of Options; (2) 52.217-9 Option to Extend The Term of the Contract; (3) 52.222-3, Convict labor; (4) 52.233-3, Protest After Award; (5) 52.203-6, Restrictions on Subcontractors Sales to the Government, Alternate I; (6) 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; (7) 52.219-8, Utilization of Small Business Concerns; (8) 52.222-19 Child Labor; (9) 52.222-21, prohibition of Segregated Facilities (10) 52.222-26, Equal Opportunity; (11) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (12) 52.222-36, Affirmative Action for Workers with Disabilities; (13) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (14) 52.222-41 Service Contract Act; (15) 52.232-33, Payment by Electronic Funds Transfer; (16) 52.224-1 Privacy Act Notification; (17) 52.224-2 Privacy Act; (18) 52.225-1 Buy American Act; (19) 52.225-13 Restrictions of Certain Foreign Purchases; (20) IR1052-01-001 Electronic funds Transfer (EFT) Payments; (21) IR1052-01-002 PAID SYSTEM. The Service Contract Act applies. The Department of Labor Wage Determination No. 1994-2495, Rev. 27, dated 08/11/2004, can be accessed at the following website: www.wdol.gov/. The contractor will be liable to pay employees the minimum wage as identified in the determination. SUPPLIES OR SERVICES AND PRICES/COSTS PERIOD OF PERFORMANCE October 1, 2004 through 09/30/2005 for Line Items 0001 and 0002 Pick-up point is IRS, 5333 Getwell Road Memphis, TN 38118 0001 Base Period Pick-up and delivery of shipments Monday through Friday (excluding Federal Holidays) Minimum number of round trips per day: 4 Quote price per round trip dock-to-dock for the following locations: IRS, 3645 Lamar Ave., Memphis, TN or IRS, 3653 Lamar Ave., Memphis, TN 1 EA $_________________________________ 0002 Base Period Pick-up and delivery of shipment Monday through Friday (excluding Federal Holidays) Quote price one way ? dock to inside delivery for the following location: IRS, 4450 S. Mendenhall, Memphis, TN (requested on an as-needed basis) 1 EA $______________________ __________ Notification of Options. The following line items are options and will be exercised at the Government's Discretion via written modification to the contract. PERIOD OF PERFORMANCE October 1, 2005 through September 30, 2006 for Line Items 1001 and 1002 Pick-up point is IRS, 5333 Getwell Road Memphis, TN 38118 1001 Option I Pick-up an delivery of shipments Monday through Friday (excluding Federal Holidays) Minimum number of round trips per day: 4 Quote price per round trip dock-to-dock for the following locations: IRS, 3645 Lamar Ave., Memphis, TN or IRS, 3653 Lamar Ave., Memphis, TN (service same as Line Item 0001) 1 EA $____________________________ 1002 Option I Pick-up and delivery of shipment. Monday through Friday (excluding Federal Holidays) Quote price one way ? dock to inside delivery for the following location: IRS, 4450 S. Mendenhall, Memphis, TN (requested on an as-needed basis) (service same as Line Item 0002) 1 EA $__________________________
- Place of Performance
- Address: INTERNAL REVENUE SERVICE, 5333 Getwell Road, Memphis, TN
- Zip Code: 38118
- Country: United States
- Zip Code: 38118
- Record
- SN00673356-W 20040916/040914213104 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |