Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2008 FBO #2421
SOLICITATION NOTICE

V -- RECORDS TRANSPORTATION

Notice Date
7/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
 
ZIP Code
30341
 
Solicitation Number
T8T22A1EG01
 
Point of Contact
Sheila Balkaran, Phone: 404 338-9226
 
E-Mail Address
sheila.balkaran@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS 1. GENERAL OVERVIEW 1.1.a. The Internal Revenue Service (“IRS”) is seeking firm-fixed open-market price quotes for scheduled records transportation service (“Service”). 1.1.b. IRS may also request on-demand service on an as needed basis. 1.2. IRS is seeking quotes to provide professional and reliable Service for the IRS offices located at the John Weld Pack Federal Office Building (JWPFOB), 550 Main St. Rm 4010, Cincinnati, OH 45202 and 201 W. Rivercenter Blvd., Covington, KY 41011 (“Locations”). IRS will issue a Purchase Order to one responsive and responsible offeror (“Contractor”). 1.3.A cargo van is currently being utilized to provide the Service and one trip per day is being performed. The skids are wooded and the approximate dimensions are 4 ft. L x 4 ft W. 1.4. This Contract, if awarded, will be administered by the IRS Procurement Office and technical oversight will be provided by the IRS Point of Contact (“POC”) and/or designee. The POC for this Contract will be given upon award to the successful offeror. 1.5.This Contract shall be for the following period of performance: Base Year: 08/01/2008 thru 07/31/2009 Option Year I:08/01/2009 thru 07/31/2010 Option Year II:08/01/2010 thru 07/31/2011 2.STATEMENT OF WORK 2.1.a.Scheduled Service: Internal Revenue Service (IRS) requires Contractor to furnish labor and material to pick up, palletize, shrink-wrap, and deliver two (2) skids/palets of federal records. Each skid contains up to 50 boxes of TEGE records to be transported from IRS (see locations below) to Federal Records Center (FRC) 3150 Springboro Rd, Dayton, OH 45439. Pickups are to occur two times per week on Mondays and Thursdays (except federal holidays.) Monday Pick up Location: 201 W. Rivercenter Blvd., Covington, KY 41011 Thursday Pick up Location: John W. Peck Federal Building (JWPFOB), 550 Main St. Room 4010, Cincinnati, OH 45202 TIME TO BE PICKED UP AT IRS: Between 9:30 A.M. – 10:00 A.M. DELIVERY TIME TO FRC: No Later Than 12:30 P.M. Notes: 1. Skids and shrink wrap must be provided by Contractor. 2. Loading and unloading of the skids are required. 3. Unwrapping shrink wrap will be done by IRS at the FRC 4. Pickups will occur on the following business day if federal holiday falls on Mondays and/or Thursdays. The federal holidays observed by Federal employees are listed as follows: New Year's DayMartin Luther King, JR's Birthday (observed) President's DayMemorial Day Independence DayLabor Day Columbus DayVeteran's Day Thanksgiving DayChristmas Day 2.1.b.On-Demand Service: Internal Revenue Service (IRS) requires Contractor to furnish labor and material to pick up, palletize, shrink-wrap, and deliver approximately ten (10) skids/palets of federal records. All other requirements are the same as stated in Scheduled Service. 2.2.Security Check: Entrance and/or exit to/from the Location may require a security-guard check. Contractor is responsible for factoring sufficient time to allow such check(s) to ensure that the schedule timeframe is met. 2.3.Signature Requirement: Contractor may be required to sign that (s)he has picked up shipment. More details of this requirement will be coordinated by the IRS POC. 2.4.Late Pick-Up or Delivery: The IRS POC or designee(s) must be contacted if there will be a delay of more than 30 minutes past appointed pick up and/or delivery time due to unforeseen circumstances, i.e. adverse weather, traffic, etc. 3. CONTRACTOR RESPONSIBILITIES 3.1. Labor and Material: The Contractor shall furnish all labor and material necessary for the operation of Service. 3.2.Vehicle Requirements: The Contractor shall provide vehicle(s) that must satisfy the following specified conditions: (i)Vehicles must be maintained to ensure they are in good working condition (free from mechanical defects) and appearance. (ii)Vehicles must be state registered and meet the minimum safety and inspection standards. (iii)Vehicles must be steel framed and doors must be able to lock both from the inside and the outside. (iv) Vehicle must be enclosed & must afford security & protection to all shipments from theft, adverse weather, & pilferage. All vehicle doors must be locked at all times. 3.2.Insurance: Contractor shall procure and maintain, during the entire period of performance under this contact, the following required insurance coverage: (1) Comprehensive General Liability: $1,000,000 per occurrence (2) Automobile Liability $200,000 per person $1,000,000 per occurrence $ 20,000 per occurrence for Property damage (3) Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes. (4) Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers. (5) Other as required by State Law. The Certificate of Insurance shall provide for at least thirty days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned insurance clause. (A copy of this coverage must be provided to the Contract Specialist within ten (10) days upon receipt of Award / Purchase Order.) 3.3. Contractor Identification: Contractor shall ensure its employees have two photo ID available at all times while on-site. During the period of this contract, access to IRS facilities for Contractor representatives shall be granted as deemed necessary by the IRS. All Contractor employees whose duties under this contract require their presence at any IRS facility shall be clearly identifiable by a distinctive badge furnished by the IRS. In addition, contractor's corporate identification badges will be worn on the outer garment at all times. Obtaining the corporate identification is the sole responsibility of the Contractor. Upon termination of the employment of any Contractor personnel working on this contract, all IRS-furnished identification shall be returned to the issuing office. 3.4. Contractor must ensure that all employees providing Service be: (i) a U.S. citizen or have lawful permanent resident status, and (ii) fluent in the English language. 3.5.The Contractor shall provide professional customer service (i.e. being able to address concerns, issues, and other administrative functions in a timely and professional manner). 3.6.The work shall be carried out in such a manner that there will be no interference with the proper execution of Government business. All persons employed in contract work shall, while on the premises, comply with all building regulations. 4. IRS RESPONSIBILITIES 4.1.IRS shall provide accurate and complete addresses and contact information. IRS shall notify Contractor accordingly if there are changes to the Location’s information. 4.2. IRS shall provide access to the Location. 4.3.IRS shall ensure that all scheduled shipments are ready for pick up within the scheduled time. 5.SPECIAL PROVISIONS 5.1.Service Contract Act of 1965, As Amended: See Attachment B 5.2.PROVISIONS/CLAUSES The following Provisions and Clauses are applicable to this acquisition: •The provisions at 52.212-1, Instructions to Offerors -- Commercial, 52.212-3, Offeror Representations and Certifications -- Commercial Items, apply to this acquisition. Quoters are advised to include, as specified in Section 7, Preparation and Submission of Quotes, paragraph 3, a completed copy of the provision at 52.212-3 with its offer. •The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items •The following addenda to FAR 52.212-4: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; IR1052-01-001, Electronic funds Transfer (EFT) Payments; IR1052-01-002, PAID SYSTEM •The following additional FAR clauses cited in 52.212-5: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires •52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; I052.224-9000A, Disclosure of Information-Safeguards; 1052.224-9000D, Disclosure of “Official Use Only” Information Safeguards; 1052.2249001A, Disclosure of Information—Criminal/Civil Sanctions; 1052.224-9001B, Disclosure of Information—Official Use Only; 1052.224-9002, Disclosure of Information--Inspection •52.228-5, Insurance – Work on a Government Installation •52.217-5, Evaluation of Options; 52.217-8, Option to Extend Service; 52.217-9, Option to Extend the Term of the Contract. 6.PREPARATION AND SUBMISSION OF QUOTES: To submit a valid quote to be considered for this award/order, please submit the following completed information: (1)Completed Price Quotation Sheet – Attachment A (both sheets) (2)Representations and Certifications: Quoters must either a) complete the Representations and Certifications (Reps and Certs) electronically via the Online Representations and Certifications Application (ORCA) at www.ccr.gov or b) submit a completed copy of the Reps and Certs under FAR provision 52.212-3, Offeror Representations and Certifications. Full text of the provision may be accessed at www.arnet.gov/far/ (3)Three (3) references for same or similar services. References shall include contact name, title, telephone #, organization, description of service, and period of performance. Deadline for submission of the above required documentation is July 18, 2008 by 12:00 NOON (Eastern Standard Time). Responses can be faxed to (404) 338-9231, Attn: Sheila Balkaran, emailed to Sheila.Balkaran@irs.gov, or mail to: Internal Revenue Service ATTN: Sheila Balkaran Office of Business Operations Field Operations Branch (OS:A:P:B:S:A) 2888 Woodcock Blvd., Ste 300 Atlanta, GA 30341 7.QUOTE EVALUATION 7.1. IRS intends to award this Contract to the responsive and responsible offeror that offers the best value to the government. 7.2. Factors to be considered in evaluating the quotes shall include, but not necessarily limited to, the following: a. Price b. Years of experience within the field of service (no less than 3 years in field of service is required.) c.Past performance (3 references required) 8. INFORMATION CONCERNING RFQ Any questions concerning this Request for Quotation should be directed, in writing, to Sheila Balkaran, Contract Specialist, via e-mail: Sheila.Balkaran@irs.gov or fax: 404-338-9233. Deadline for submission of questions is July 16, 2008 by 12:00 NOON (Eastern Standard Time). ANTICIPATED AWARD DATE: The anticipated award date is July 30, 2008 Point of Contact: Sheila Balkaran, Contract Specialist, Phone 404-338-9226, Fax 404-338-9231, Email Sheila.Balkaran@irs.gov Place(s) of Performance (1) 550 Main St. Rm 4010, Cincinnati, OH 45202 (2) 201 W. Rivercenter Blvd., Covington, KY 41011 Attachment A IRS PRICE QUOTATION SHEET Reference # T8T22A1EG01 PLEASE COMPLETE THE INFORMATION LISTED BELOW AND THE ATTACHED QUOTATION SHEET AND RETURN TO THE BUYER NAMED AT THE END OF THIS INFORMATION SHEET. YOUR QUOTATION MUST BE RECEIVED BY 12:00 NOON EST ON July 18, 2008. IRS reserves the right to extend this date as deemed necessary. NOTE: This acquisition is reserved for small businesses. The NAICS code is: 484110 and the small business standards in millions of dollars is $23.5 Open Market? YES_X_ NO____ GSA Contract Number/Other Contract (if applicable): N/A Expiration Date: N/A Business size as listed on GSA Schedule (if different from listed below): N/A Shipping Charges (indicate amount if applicable, otherwise put "N/A"): N/A Payment Terms: Net/10____Net/20____Net/30__X__ *Is your company a corporation? Yes____ No____ *Is your company a partnership, sole proprietorship, individual estate, trust or joint venture? Yes____ No____.If yes, which one of the above? _____________ Business Size: _______Large ________Small Please check all that apply: ____ Small Disadvantaged ____ 8(a) ____ Small Woman-Owned ____ Small Veteran-Owned ____ Small Service-Disabled Veteran Owned ____ HUBZone Small Company “Remit to” Name: _____________________________________________ Vendor's Mailing Address Vendor's Remit Address: _________________________________________________ _________________________________________________ ________________________ _________________________ Phone: __________________ Phone: ___________________ Fax: ____________________ Fax: _____________________ Representative's E-Mail Address: ____________________________ Registered in the Central Contractor's Registration (CCR) database? Yes____ No____ Note: The Government can only do business with a company who has registered in CCR. If you are not registered, please go to the following website for registration: www.ccr.gov. You must have a DUNS number in order to register on the database. DUNS Number: ______________ Federal Tax Identification No.: ______________ IRS PRICE QUOTATION SHEET (continued…page 2) Name & Title of Quoter/Authorized Representative: ___________________________ Print Name ___________________________ Title ___________________________ _______________ Signature of Quoter Date BUYER NAME: SHEILA BALKARAN, CONTRACT SPECIALIST PHONE NUMBER: (404) 338-9226 FAX NUMBER: (404) 338-9231 Price Quote Information PERIODRATES Base Year: 08/01/2008 thru 07/31/2009 Line 0001: Scheduled Service $_____________ per month Line 0002: On-demand Service$_____________ per day Option Year I: 08/01/2009 thru 07/31/2010 Line 1001: Scheduled Service $_____________ per month Line 1002: On-demand Service$_____________ per day Option Year II: 08/01/2010 thru 07/31/2011 Line 2001: Scheduled Service $_____________ per month Line 2002: On-demand Service$_____________ per day Comments: ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ Attachment B OHIO & KENTUCKY: WAGE DETERMINATION NO: 2005-2413 REV (05) AREA: Indiana, Kentucky, Ohio; Date Of Revision: 05/29/2008 Click on the following link or copy and paste link in browser for Wage Determination: http://www.wdol.gov/wdol/scafiles/std/05-2413.txt
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=161c02adc1f56aa285a691533061c2a6&tab=core&_cview=1)
 
Place of Performance
Address: (1) 550 Main St. Rm 4010, Cincinnati, OH 45202, (2) 201 W. Rivercenter Blvd., Covington, KY 41011, United States
Zip Code: 41011
 
Record
SN01611926-W 20080713/080711220549-161c02adc1f56aa285a691533061c2a6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.