SOLICITATION NOTICE
X -- Warehouse Services in the Houston Area - Past Performance Information
- Notice Date
- 9/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
- ZIP Code
- 20523
- Solicitation Number
- TRN-12-026
- Archive Date
- 10/9/2012
- Point of Contact
- John J. Abood, Phone: 202-567-4641
- E-Mail Address
-
jabood@usaid.gov
(jabood@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- Past performance questionaire shall be completed and submitted with your proposal. USAID Authorized Geographic Code is 000. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6, as supplemented with additional information and requirements in this notice. This announcement constitutes the only solicitation - Proposals are requested and a separate written solicitation will not be issued. The solicitation number is USAID-RFP-TRN-12-26 and is issued as a Request for Proposal (RFP). This solicitation incorporates Federal Acquisition Regulation provisions and clauses in effect through Federal Acquisition Circular 2005-60. This government has a preference for small business. Large businesses may submit offers. The North American Industrial Classification System (NAICS) code is 493110 - warehouse, with a small business size standard of $25.5 million in annual receipts for the company and its affiliates (See FAR Part 19 definitions). Offerors shall be fully registered and current with the U.S. government contractor registration database in SAM at www.sam.gov. •I. Federal Acquisition Regulations Incorporated by Reference are: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications-Commercial Items - (Include a completed copy of 52.212-3 with your proposal or provide a statement that, "The offeror completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov and the SAM website at www.sam.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________." ; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses in 52.212-5 are checked by the contracting officer: 52.203-3, Gratuities (APR 1984); 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991); 52.203-12, Limitation of Payments to Influence Certain Federal Transactions (June 2003); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following clauses also apply to this acquisition: FAR 52.247-5 Familiarization with Conditions; FAR 52.247-8 Estimated Weights or Quantities Not Guaranteed; FAR 52.247-21 Contractor Liability for Personal Injury and/or Property Damage; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); FAR 52.249-8 Default (Fixed Price Supply and Service) plus Alternate I. The above clauses are available on the internet at WWW.ARNET.GOV Copies of the clauses are also available from this office. The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the contractor/recipient to ensure compliance with these Executive Orders and laws. This provision must be included in all subcontracts/sub-awards issued under this contract/agreement. Contract Term: This contract is expected to commence about September 24, 2012, or as agreed between the parties. The contract shall be effective through November 30, 2012, without guarantees of cargoes or number of skids/pallets or square foot usage. The government contact person for all contract notifications, regarding this paragraph, is the USAID contracting officer. II. STATEMENT OF WORK: Product to be warehoused and stored: About 2.7 million bags, in bales and on skids. 1,000 bags per bale and 4 bales per skid. Quantity: About 675 skids Skid weight: 960 lbs. Total Weight: 648,000 lbs. Skid Dimensions: 48" X 40" X 50" (LxWxH) Skid Cube: 55.55 cubic feet (Footprint = about 13.33 square feet each) Total skid cube: 37,500 cubic feet Commodity Value: $1,160,000 Skids may be stacked during storage. Commodity Title Holder: USAID Ronald Reagan Building 1300 Pennsylvania Avenue, N.W. Washington, D.C. 20523 Attn: Mr. Enrique Steiner (202) 567 4643 Date storage shall commence: Contractor shall be ready to receive commodities September 25, 2012. Cargoes shall be delivered to the warehouse door by the government or our agent. Location of Warehouse: In the area of Houston Texas. See specific contract location (as proposed and accepted) in contract Schedule A. Rate or price for storage: See contract Schedule B for per skid/pallet storage rates per day and cargo handling rates. SPECIFICS - USAID shall deliver commodities (bags on skids) to the warehouse contractor on an F.o.b. Destination (warehouse door receiving dock) basis (See FAR 52.247-34 for the government responsibilities). The warehouse contractor shall coordinate deliveries to their facility with the government and their carrier. The warehouse contractor will be responsible for calling truck conveyances forward for unloading the conveyance at the warehouse door. The warehouse contractor shall unload conveyances and take possession of cargo and place the commodities on the warehouse floor. The warehouse contractor shall invoice USAID for unloading commodities, in accordance with the schedule of rates in this contract. The contractor shall provide receiving, handling, inland transportation (if applicable, and priced in accordance with the rates in this contract), warehousing, inventory control, accountability, and conveyance un-loading, loading, and re-delivery services for the specified USAID cargoes. The warehouse and management shall comply with all local safety and fire regulations Commodities - Food aid bags described above. Storage - The contractor shall provide off the ground storage of commodities. Off the ground storage may include on pallets or skids. The contractor shall store commodities in a manner which ensures re-delivery by lot or contract number, ease of access for inspections and fumigation of lots. The contractor shall inform the government Contracting Officer's Representative (COR) verbally and in writing should any commodities or their packaging deteriorate, or should any commodities be lost or damaged during handling or storage. Receipt of Commodities - The contractor must notify the delivering carriers of any overage, shortage or damage upon unloading of conveyances. Government Property - Title to cargo shall remain with USAID, or another party designated by USAID, until title is transferred to a PVO, NGO or cooperating sponsor or their carrier. The commodities shipped to the warehouse are Government Property (see the FAR clause at 52.245-1, "Government Property."). Re-Delivery - Commodities shall be re-delivered by the warehouse contractor on an F.o.b. Origin (trailer or container, warehouse door) basis or an F.a.s. Vessel, Port of Shipment basis as directed by USAID. The warehouse contractor shall invoice USAID for the cost of handling or transporting re-delivered commodities, in accordance with the schedule of rates in this contract. 1.The term "f.o.b. origin," as used in this contract, means commodities will be handled by the warehouse contractor (taken from the warehouse floor and placed securely on-board a carrier's conveyance) and thereby commodities will be delivered to a shipper and their carrier. The designated point of free on board delivery shall be at the warehouse door or loading dock. Under this contract these handling and loading services will be paid for by the government and reimbursed at the rate specified in this contract. The Contractor shall- Deliver the government-designated commodities, by specified lot and on a first-in-first-out basis; Coordinate loading with the shipper and carrier. Order forward specified carrier equipment not in excess of capacity to accommodate the shipment; Pack and mark the shipment to comply with contract specifications; or in the absence of specifications, prepare the shipment in conformance with carrier requirements to protect the goods and to ensure assessment of the lowest applicable transportation charge; Deliver the shipment in good order and condition to the carrier, and load, stow, trim, block, and/or brace carload or truckload shipment on or in the carrier's conveyance as required by carrier rules and regulations; Be responsible for any loss of and/or damage to the goods- (i) Occurring before delivery to the carrier. Provide the shipper and carrier a description of the shipment: (ii) The seals affixed to the conveyance with their serial numbers or other identification; (iii) Lengths and capacities of cars or trucks ordered and furnished; (iii) Other pertinent information required to effect special handling instructions and prompt delivery to the shipper and their carrier. Obtain written receipt and signature of the carrier's agent and the date the shipment is received by the carrier; 2. The term "f.a.s. vessel, port of shipment," as used in this contract, means commodities will be handled by the warehouse contractor (taken from the warehouse floor and delivered alongside the ocean vessel and within reach of its loading tackle at the specified port of shipment) and thereby commodities will be delivered to a shipper and their carrier. The designated point of delivery shall be within reach of the vessel's loading tackle at the specified port of shipment. Under this contract these services will be paid for by the government (including load handling and drayage) and reimbursed at the rate specified in this contract. The Contractor shall- Deliver the government-designated commodities, by specified lot and on a first-in-first-out basis; Coordinate delivery of commodities with the carrier and terminal or port regarding berths, delivery times and throughput; Pack and mark the shipment to comply with contract specifications, or in the absence of specifications, prepare the shipment in conformance with carrier and terminal requirements to protect the goods and to ensure assessment of the lowest applicable transportation and delivery charge; Deliver the shipment in good order and condition to the carrier as required by terminal and carrier terms, rules and regulations. Be responsible for any loss of and/or damage to the goods- (i) Occurring before delivery to the carrier under the ship's tackle; (ii) Resulting from improper packing and marking. Provide the shipper and carrier a description of the shipment: (ii) The conveyance with their serial numbers or other identification; (iii) Lengths and capacities of cars or trucks ordered and furnished; (iii) Other pertinent information required to effect special handling instructions and prompt delivery to the consignee. Obtain written receipt and signature of the carrier's agent and the date the shipment is received by the carrier; COORDINATION WITH OTHERS - Contractor shall coordinate receipt, possession and re-delivery of cargo with freight agents, vessel owners, port officials, private voluntary organizations (PVOs) and non-governmental organizations (NGOs), inspectors and custom officials. Contractor is responsible for preparing, obtaining or generating all commercial documentation relating to warehouse/logistics acceptance, possession, shipping or export of cargo, as well as any documentation associated with re-delivery or transfer of commodities to USAID-designated consignees or carriers. The contractor will re-deliver the bagged or palletized commodities on an F.o.b. Origin basis or on an F.a.s. Vessel, Port of Shipment basis as directed by the government contracting officer or COR. Any delay caused by contractor's inability to place commodities in an Origin or f.a.s. Vessel, Port of Shipment position, which results in conveyance or vessel claim for detention or dead freight, will be for the account of the warehouse contractor. Any claims for detention or dead freight will be settled between the warehouse contractor and conveyance operators. The government will normally provide the warehouse contractor notice of re-delivery a minimum of five days prior to loading conveyances for Origin or F.a.s. vessel, port of shipment re-delivery. Condition Inspection: The contractor shall regularly inspect USAID commodities in place on the warehouse floor. Contractor will permit unannounced condition inspections of the warehouse and commodities by USAID or their agent to insure that commodities and the warehouse are being controlled and maintained in sound condition. A private inspector or agent shall provide the contractor with an authorization letter from USAID's contracting officer or COR. The contractor will be responsible for all clearances and terminal charges to redeliver commodities to outbound conveyances or vessels. Freight forwarding services for export will not be required. III. EVALUATION CRITERIA FOR PROPOSALS: Your proposal must address the above scope of work and the following proposal evaluation elements. The SOW and these elements will form the basis of the government's evaluation, and will, in part, determine the best value to the government. Your proposal shall provide the government and contract rates, calculations and estimates for the following: •A. Technical Proposal and Evaluation Factors: 1. Provide the complete address for the proposed warehouse and the number of usable square feet available. Photos of the inside and outside of the facility shall be provided. 2. Based upon your storage plan, how many square feet will be required to store the estimated number of skids/pallets? 3. How many bays or doors are available for door receipt or re-delivery via trucks or trailers or ocean containers? What is the truck, trailer or ocean container receipt or re-delivery throughput each day for these cargoes? 4. How far is your warehouse from the Ports of Houston, Galveston, Corpus Christi, Beaumont? 5. Your technical plan of operations, warehouse location and space, key persons and resources. 6. Provide the qualifications of key direct hire or agent personnel (For example - project manager, warehouse supervisor). 7. Describe your labor relations (labor, truckers, etc.) and labor availability information. 8. Past performance of the prime and major sub-contractor, warehouse and key personnel in handling, protection and storage of food aid or similar commodities. Offerors shall complete the solicitation Past Performance Attachment. 9. Provide your small business size classification under the above NAICS code 493110. Proposals shall include sufficient information and documentation (including addresses, map location and relation to port facilities, warehouse photographs and indications or copies of significant local licenses and insurance certificates) to indicate your ability to perform the scope of work - using the SOW and the above evaluation factors as a guide. B. Prices 1. Your rate for warehouse storage, including all labor, management, resources, equipment, warehouse maintenance and upkeep - Per skid/pallet per day: $____. 1a. Your price for warehouse storage of 675 skid/pallets for one month: $_______ (to be pro rated per actual skids stored and per actual days used for billing purposes.) 2. Your rate for truck or container conveyance unloading or loading at warehouse door (door to floor or floor to door) for each 40 / 48 / 53 foot conveyance: $____ per skid/pallet. 3. Your rate for trailer or conveyance drayage of skids to Houston berth, Galveston berth, Corpus Christi berth, Beaumont berth for vessel loading: $____ per skid/pallet. The contract storage expenses shall be calculated by multiplying the number of full skids/pallets on hand at the end of each day times the rate per skid/pallet for the storage service. Best Value Evaluation: Technical evaluation and past performance scores are more important than price in determining best value for the government. IV. PROPOSAL: Potential contractors shall submit a proposal to the government that provides information relating to and covering the above scope of work and evaluation factors. Proposals shall be submitted electronically to JAbood@USAID.GOV. Proposals shall not exceed 8 written pages, excluding any photographs and past performance information. Photographs are limited to five, and shall be no larger than 5 X 7 inches in size. V. DATE, TIME AND PLACE FOR RECEIPT OF OFFERS: Submit clean (all-inclusive) written proposal(s) (technical and price) for the above requirement to USAID by September 24, 2012 by 1000 hours (Washington, D.C. local time). Late proposals will not be considered except in accordance with FAR and agency provisions. After your proposal is submitted, and during our review of proposals, you may call (202) 567-4641 to determine the status of the procurement. The government expects to make an award decision on September 24, 2012. Point of Contact: John Abood, Contracting Officer, Phone: 202-567-4641, Email: jabood@usaid.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/TRN-12-026/listing.html)
- Place of Performance
- Address: Houston, Texas Area, Houston, Texas, United States
- Record
- SN02889027-W 20120920/120919003330-f1db8d27fdcf0cab52284bf0ac50804a (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 |