Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOLICITATION NOTICE

W -- DRY, and REFRIGERATOR / FREEZER TRAILERS - Package #1 - Package #2 - Package #3 - Package #4

Notice Date
3/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-11-T-0040
 
Archive Date
6/23/2011
 
Point of Contact
Jason M. Reedy, Phone: 804-734-8000 ext. 49815, Michael L Shaffer, Phone: 804-734-8000 EXT 8681
 
E-Mail Address
Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil
(Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP HDEC05-11-T-0040 - Attachment C - Offeror Reps and Certs RFP HDEC05-11-T-0040 - Attachment D - SOW RFP HDEC05-11-T-0040 - Attachment B - Terms and Conditions Full Text RFP HDEC05-11-T-0040 - Attachment A - Offer Submission Combined Synopsis/Solicitation Notice FOR DRY, and REFRIGERATOR / FREEZER TRAILERS For Support at Malmstrom AFB Solicitation Number: HDEC05-11-T-0040 Response Date: Wednesday, March 23, 2011, at 4:00 PM EDT POC: Jason M. Reedy, Contract Specialist Phone: 804-734-8000, x49815 Fax: 804-734-8669 Place of Performance: Malmstrom AFB, MT / Billings, MT Set Aside: 100% Small Business Classification Code: W FSC Code: W023 NAICS Code: 484110 Size Standard: $25,500,000.00 Description: General Freight Trucking, Local •i. This is a combined synopsis and solicitation for commercial services prepared in accordance with the format Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. A Single award is anticipated. The resultant contract will be a fixed price purchase order. •ii. The solicitation number for this procurement is HDEC05-11-T-0040 and is issued as a Request for Quote (RFQ). •iii. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-50, DFARS Change Notice 20110311, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. •iv. This solicitation is set-aside 100% for small business. For information purposes, the Federal Supply Classification is W023, the North American Industry Classification systems (NAICS) code is 484110 ( General Freight Trucking, Local), which has a small business size standard of $25,500,000.00 per annum. •v. Contract Line Item Numbers (CLINS): CLIN 0001 Trailer, Freezer/Chill, 53', Freeze/Chill Storage/Transport (Diesel) One (1) each Diesel Freeze/Chill Trailer, 53', Roll-up Door, Flat Floor (no ribs), with Bulkhead to provide separate areas for freeze and chill, Lockable (using a DeCA furnished padlock). Delivery to take place on March 28, 2011 between 7:30 and 8:30 a.m. local time to the sale site at the Billings Sale Site. Freeze/Chill trailer to be pre-cooled to a temperature of -5 to -10 Degrees Fahrenheit for freeze and 32 to 36 Degrees Fahrenheit for chill. Trailer will be kept at the Billings Sale Site for the purpose of storing Freeze/Chill merchandise during Guard/Reserve Sale through April 4, 2011. Pick up of trailer (loaded) shall be on April 4, 2011 between 7:30 and 8:30 a.m. local time at 2915 Gabel Road, Billings, MT, 59102 and transported directly to the Malmstrom AFB Commissary at. Trailer will be unloaded by store personnel. Pick up of empty trailer for transport to contractor's hub shall be on April 5, 2011 between 7:30 and 8:30 a.m. local time at the Malmstrom AFB Commissary at 7228 Fourth Ave., Malmstrom AFB, MT, 59402. Period of Performance: March 28, 2011 to April 5, 2011 Billings Sale Site Address: 2915 Gabel Road Billings, MT, 59102 Malmstrom Commissary Address: 7228 Fourth Ave. Malmstrom AFB, MT, 59402 CLIN 0002 Trailer, Dry, 53', with Transport One (1) each Dry Trailer, 53', Roll-up Door, Flat Floor (no ribs), Lockable (using a DeCA furnished padlock). Delivery shall take place on March 28, 2011 between 7:30 and 8:30 a.m. local time at the Malmstrom AFB Commissary. Loaded trailer is to be picked up at the Malmstrom Commissary on March 29, 2011 between 7:30 and 8:30 a.m. local time and delivered to the Billings Sale Site. (Coordinate with Malmstrom Commissary point of contact for specific delivery times.) Trailer shall remain at the Billings Sale Site through April 4, 2011 Pick up of trailer (loaded) shall be on April 4, 2011 between 7:30 and 8:30 a.m. local time at the Billings Sale Site and delivered to the Malmstrom Commissary. (Coordinate with Malmstrom Commissary point of contact for specific delivery times.) Pick up of empty trailer for transport to contractor's hub shall be on April 5, 2011 between 7:30 and 8:30 a.m. local time at the Malmstrom AFB Commissary. Period of Performance: March 28, 2011 to April 5, 2011 Billings Sale Site Address: 2915 Gabel Road Billings, MT, 59102 Malmstrom Commissary Address: 7228 Fourth Ave. Malmstrom AFB, MT, 59402 CLIN 0003 Trailer, Dry, 53', with Transport *One (1) each Dry Trailer, 53', Roll-up Door, Flat Floor (no ribs), Lockable (using a DeCA furnished padlock). Delivery shall take place on April 4, 2011 no later than 10:00 a.m. local time at the Billings Sale Site. Trailer is to be loaded by store personnel. Loaded trailer shall be picked up at the Billings Sale Site on the same day at 1:00 p.m. local time and delivered to the Malmstrom Commissary. (Coordinate with Malmstrom Commissary point of contact for specific delivery times.) Pick up of empty trailer for transport to contractor's hub shall be on April 5, 2011 between 7:30 and 8:30 a.m. local time at the Malmstrom AFB Commissary. Period of Performance: March 28, 2011 to April 5, 2011 Billings Sale Site Address: 2915 Gabel Road Billings, MT, 59102 Malmstrom Commissary Address: 7228 Fourth Ave. Malmstrom AFB, MT, 59402 *The Malmstrom Commissary point of contact may cancel this Contract Line Item by contacting the contractor no later than 24 hours prior to scheduled delivery as defined in the CLIN description. vi. Description of Requirements: The Defense Commissary Agency (DeCA) requires non-personal services of CDL licensed truck drivers to move one or more 53 foot leased trailers to and from the Malmstrom AFB Commissar and the Billings Sale Site in accordance with the Statement of Work (SOW) at Attachment D. The purpose of these trailers is for the movement and storage of guard/reserve sale groceries for the Malmstrom AFB Commissary. Hauling companies will only transport their own trailers. vii. The performance dates are from March 28, 2011 to April 5, 2011. viii. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items apply to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors - Commercial Items The following paragraphs are altered as follows: •a. North American Industry Classification System (NAICS) Code: 484110 •b. Submission of Quotes: Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes shall be submitted on the form provided at Attachment A. As a minimum, offers must show (see Attachment A): (1) The solicitation number: HDEC05-11-T-0040; (2) The time specified in the solicitation for receipt of offers: Wednesday, March 23, 2011, 4:00 p.m. EDT; (3) The name, address, point of contact, fax number, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price: Provide prices for the ordering periods for each service type as specified on Attachment A. (Please note that proposals for all services must be provided to be considered for award); (6) "Remit to" address; (7) Offerors shall include a complete copy of the provision at FAR 52.212-3 (Alt 1), "OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)" (as applicable) with their offer. This requirement may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration (see Attachment C); (8) Signed acknowledgment of all Solicitation Amendments (if applicable); (9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; •(10) Offers shall be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into pdf format as one (1) document and emailed to jason.reedy@deca.mil. The following, or something similar, should be in the subject line for the email submittal: "Proposal from (company name) in response to RFP HDEC05-11-T-0040" (11) Past Performance Information: Offerors shall p rovide reference information, to include the name of the reference company, and contact information (phone number(s) and email address) of at least one (1) individual that can be asked to provide past performance information. References should represent previous work of similar scope to the requirements in this solicitation and should be current or prior customers (within the past 3 years). (12) Contractor Qualifications: Offerors shall show or describe that they meet the minimum contractor qualifications as outlined in the Performance Work Statement. (13) Completed provision at DFAR 252.212-7000. All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Jason M. Reedy, Contract Specialist at jason.reedy@deca.mil no later than Tuesday, March 22, 2011 at 1:00 p.m. EST. A consolidated list of questions and answers, if applicable, will be provided to all prospective offerors as appropriate. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. ix) Provision at 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) Addendum to 52.212-4501 (Evaluation-Commercial Items) (a) Initially the quotes will be evaluated for responsiveness. In order to be considered responsive, the quoter must accept and meet all solicitation requirements. Any quoter deemed non-responsive may not be considered for award. (b) The Government intends to make more than one award and compete each of the delivery orders among the awardees. Multiple awards will be made to the responsible quoter(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest-priced responsible quoter(s). The following factors shall be used to evaluate quotes: Past Performance Price The relative importance of the factors is: Past performance is approximately equal to price. A. Past Performance: (i) Describe how work performed on prior contracts is relevant and similar to the proposed effort associated with this solicitation. This may include discussions of efforts accomplished by the quoter to resolve problems encountered on prior contracts as well as past efforts to identify and manage risk. (ii) Submit at least one (1) reference for contracts for the same or similar requirements. These contracts should be active or have been performed within the last three (3) years. The reference is to be provided as part of the quote submission and should include: -A general description of the services provided, -Time frame for accomplishing the requirement, -Name of the company to include complete address, phone number, and email address of a point of contact at the company that the government may use to inquire regarding your performance. If a company does not have relevant past performance, the reference shall be submitted for company key personnel with relevant experience with the same items identified above. The quoter shall be rated neither favorably nor unfavorably if neither the company nor key personnel have relevant past performance. B. Price: PRICE ANALYSIS WILL BE CONDUCTED BY THE CONTRACTING OFFICER TO DETERMINE PRICE REASONABLENESS BY: (1) General: Trailer pricing is to include pickup and deliver charges if applicable. Price evaluation will be completed by adding the quoted prices for each CLIN as a total cost for the requirement. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.212-4 (Contract Terms and Conditions - Commercials): The following paragraphs are amended or added: (c) Changes: The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (i) Payment: Payment will be made by a member of the DeCA Contracting Business Unit (CBU), using the individual's Government Purchase Card (GPC). •xi. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional clauses from paragraph "B" of clause 52.212-5 are also applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-41, Service Contract Act of 1965; 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.223-18, ENCOURAGE CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, AVAILABILITYOF FUNDS; 52.232-36, Payment by Third Party. xii) In addition to the clauses stipulated above, the following clauses apply to this acquisition and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.223-4, Recovered Material Certification; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-10, waste reduction program; 52.223-12, Refrigeration Equipment and Air Conditioners; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 252.203-7002, Requirements RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 ALT A, Alternate A, Central Contractor Registration; 252.204-7008, EXPORT-CONTROLLED ITEMS; 252.232-7010, levies on contract payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7003, PASS-THROUGH OF MOTOR CARRIER FUEL SURCHARGE ADJUSTMENTS TO THE COST BEARER. Contract Terms and Conditions apply to this acquisition shown in full text are listed below and can be found at Attachment B : 52.204-4500, INSTALLATION ACCESS REQUIREMENTS; 52.212-3, Offeror Representations and Certifications -- Commercial Items (SEE ATTACHMENT C); 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES; 52.223-11, Ozone-Depleting Substances; 52.228-4500, LIABILITY TO THIRD PERSONS; 52.228-4501, VEHICLE OPERATION AND INSURANCE; 52.228-4502, OTHER INSURANCE REQUIREMENTS; 52.233-4500, INDEPENDENT REVIEW OF AGENCY PROTESTS; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, CLAUSES INCORPORATED BY REFERENCE; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses; 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.247-7023, tRANSPORTATION OF SUPPLIES BY SEA (aLT III). (End of clause) xiii) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xiv) Proposals will be accepted in electronic format to Jason Reedy at jason.reedy@deca,mil, and must be received NO LATER THAN Tuesday, January 18, 2011 at 4:00 PM EST. xv) The points of contact for this solicitation are: Jason M. Reedy, Contract Specialist, at 804-734-8000, ext 49815 ( jason.reedy@deca.mil ), or Michael G. Shaffer, the Contracting Officer, 804-734-8000, ext 48681 ( Michael.shaffer@deca.mil ). IMPORTANT NOTICE Upon award of this contract, the Agency intends to publish the awardee's name, the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN), within the Agency's electronic reading room located @ www.commissaries.com. Unexercised option year prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the president's January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). Appropriate Wage determinations WD 05-2317 (Rev.-10) was first posted on www.wdol.gov on 06/22/2010 ***************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2317 Shirley F. Ebbesen Division of | Revision No.: 10 Director Wage Determinations| Date Of Revision: 06/15/2010 _______________________________________|_____________________________________ State: Montana Area: Montana Statewide _____________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 31364 - Truckdriver, Tractor-Trailer 17.79 _____________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.50 per hour or $140.00 per week or $606.67 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ATTACHMENTS A. Attachment A: RFQ HDEC05-11-T-0040 - OFFER SUBMISSION FORM B. Attachment B: RFQ HDEC05-11-T-0040 - CONTRACT TERMS & CONDITIONS IN FULL TEXT C. Attachment C: RFQ HDEC05-11-T-0040 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS (FAR 52.212-3) D. Attachment D: RFQ HDEC05-11-T-0040 - STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-11-T-0040/listing.html)
 
Place of Performance
Address: Malmstrom AFB, Malmstrom AFB, Montana, United States
 
Record
SN02405442-W 20110323/110321234341-789f35a9aabca1f4c971c2277a0bf78a (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.