SOLICITATION NOTICE
R -- Courier Services
- Notice Date
- 1/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
- ZIP Code
- 22312-2413
- Solicitation Number
- SECHQ1-09-Q-0084
- Response Due
- 2/11/2009 4:00:00 PM
- Archive Date
- 2/26/2009
- Point of Contact
- Rodger O. Young,, Phone: 2025516164, Paula J Davis,, Phone: 202.551.7310
- E-Mail Address
-
YoungR@SEC.gov, davisp@sec.gov
- Small Business Set-Aside
- Total Small Business
- Description
- SUBJECT: Courier Services. REF: RQ 66211-09-0012. DUE: February 11, 2009, 4:00 Pm (EST) POC: Rodger Owen Young, 202-551-6164 (voice), EMAIL YoungR@sec.gov This is a combined synopsis/solicitation for commercial courier services, prepared in accordance with the format in FAR subpart 12-6, Streamlined Procedures for Evaluation and Solicitation of Commercial items.-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be published for this effort. Proposals are being requested. This is a Request for Proposals (RFP). The solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-15. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 492110, with a small business size standard of 1500 people. It is the Governments intent to make this procurement a small-business set aside. The resulting award from his procurement will be a firm fixed price contract, with a period of performance of one year with two one-year option periods. The Statement of Work (SOW) for this effort is incorporated as an attachment to this Combined Synoposis/Solicatation. An abbreviated SOW is as follows: A): The contractor shall provide courier services to pick-up and deliver official documents, books and other official information. Pickup will be from the U.S. Securities and Exchange Commission at 100 F, Street NE, Washington, DC and delivery will be throughout the Washington DC metropolitan area. The Contractor will be expected to provide courier services on an “as needed” basic with pickups and deliveries scheduled Monday through Friday. B): All Contractors transporting documents under the proposed contract shall be licensed, bonded and insured, and shall have the ability to maintain communication (at their own expense) with the couriers dispatched facility while in transit. Couriers shall present a neat appearance in the performance of their duties; be easily recognized as a courier; be able to work under pressure; be able to expedite special pick-up/deliveries when required. Proposal Acceptability: Responses to this RFPs will be accepted no later than February 11, 2009, 4:00 Pm (EST). Proposal Evaluation: Best-value to the Government will be used to evaluate proposals considering price and technical capability. Technical capability consist of performance on current or past services, timeliness in providing courier services, safety of couriers, pedestrians and vehicular traffic, and the reporting of successful deliveries. Technical capability and price will be evaluated equally considering best-value to the Government. Additional Information. In accordance with FAR 12-603, Streamlined Procedures for Commercial Items the following provisions shall apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items, 52.212-2, Evaluation of Commercial items, 52.212-3, Offerors Representations and Certifications-Commercial Items. Note Offerors must present this certification or present proof through the On-Line Certifications and Representations Database (ORCA) at time of contract award. 52.212-4, Commercial Terms and Conditions Require Implementing Statutes or Executive or Executive Orders – Commercial Items. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular, FAC 90-32, FR 48206 9/18/95, effective 10/1/95. Offers interested in this requirement should submit complete proposal that provides clear and convincing evidence that their services meet or exceed requirements in SOW, Attachment 1 of the Combined Synoposis/Solicatation. The Government will require offerors to present proof of license, bonding and insurance coverage prior to contract award. The Offeror shall provide three verifiable references supporting their technical capability described in the proposal evaluation section above. These verifiable references shall contain the current or prior company’s name, address, and point of contact, with an annotation for permission to contact. Pricing schedule shall be prepared in accordance with SOW, indicating pricing for each transportation mode proposed. The Government will consider all offerors proposals received by the publication due date of this notice. Proposals must be received on or before February 11, 2009, 4:00 Pm (EST). Send proposals via fax, or email or regular mail. Again, proposals must be received by February 11, 2009, 4:00 Pm (EST). Contractual point of contact is Rodger O. Young, Office of Acquisitions, 6432 General Green Way, Alexandria, VA 22312. Phone 202-551-6164, email Youngr@sec.gov and Fax is 703-914-1005,. Note: preferred submittal method is email. Anticipated award date is February 28, 2009
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27cfb4af244a2368a3de8af0d4e8b225&tab=core&_cview=1)
- Place of Performance
- Address: 100 F street, NE Washington, Washington, District of Columbia, 20001, United States
- Zip Code: 20001
- Zip Code: 20001
- Record
- SN01735739-W 20090123/090121215927-fdbfea20cf8ef505d3a6d95be11a4784 (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 |