SOLICITATION NOTICE
V -- Ground Transportation - WHCA - Solicitation HC1028-11-T-0428
- Notice Date
- 9/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484121
— General Freight Trucking, Long-Distance, Truckload
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC1028-11-T-0428
- Archive Date
- 11/16/2011
- Point of Contact
- Melissa J Benhoff, Phone: 6182299142, Beverly L Jones, Phone: 618-229-9689
- E-Mail Address
-
melissa.benhoff@disa.mil, beverly.jones@disa.mil
(melissa.benhoff@disa.mil, beverly.jones@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Please fill out and return the attached Information Sheet with your quote. Please fill out and return the attached Cost Proposal Spreadsheet with your Quote. Please see the attached Solicitation HC1028-11-T-0428. Defense Information Technology Contracting Organization (DITCO) is seeking pricing to provide cargo shipping from Washington DC to all Vice Presidential event sites within the contiguous United States, Alaska, and Canada including shipping from one destination to another destination as needed for the White House Communications Agency (WHCA). Period of Performance is a one year base with four one-year options. Award will be a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government in accordance with the criteria in the RFQ. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. A Firm Fixed Price (FFP) type CLIN will include pricing for both mileage and trip charge (if applicable). Pricing should be based on fully burdened rates to perform this work. A COST type CLIN is included for the cost of gasoline and another for fees. At the time of award the Government will determine and fund a Not To Exceed (NTE) amount for these CLINs. The Quote must represent best value from selection of the technically acceptable quote in accordance with the stated requirements and delivery. All quotes received will be sent to the customer for technical evaluation to determine the lowest price technically accetpable quote. Evaluation will be done based on the combination of 1 mile/1 trip fee per year. When the mileage is proposed by the vendor, it will be verified in a website such as MapQuest to determine the number of miles is accurate. The Government will entertain questions on this procurement until 10:00 am CST, Tuesday, October 11, 2011. No late questions will be accepted. No questions will be accepted via phone calls. Responses to all questions posed will be provided to all interested parties. Proposals are due by 12:00 pm CST Tuesday, November 1, 2011. Please send all questions/quotes to Melissa Benhoff at melissa.benhoff@disa.mil. If you are not able to provide a proposal at this time, a NO BID RESPONSE, is required. Thank you, in advance, for your participation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-11-T-0428/listing.html)
- Record
- SN02597862-W 20111001/110930000011-c4c0876ef61b82261e8efe2a12aab28c (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 |