Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2014 FBO #4488
SOLICITATION NOTICE

V -- Transportation Services

Notice Date
3/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-14-T-0004
 
Response Due
3/13/2014
 
Archive Date
5/6/2014
 
Point of Contact
Jeanene Gerstenkorn, 719-554-8448
 
E-Mail Address
U.S. Army Strategic Command
(jeanene.m.gerstenkorn.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-14-T-0004 and is 100% set-aside to small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. NAICS number is 484121. Business size standard is $25.5 million. This requirement is dependent upon the availability of Fiscal Year 2014 funds. DESCRIPTION: TRANSPORTATION SERVICES - Services, Non-Personal: The contractor shall provide all labor, tools, materials, transportation, equipment, supervision, and management necessary to provide transportation services for 1st Space Brigade Forward from 4619 Foreign Trade Zone Blvd, Colorado Springs, CO 80925 to White Sands Missile Range, NM 88002, in accordance with (IAW) the attached Performance Work Statement (PWS); as listed and described in Contract Line Item Number (CLIN) 0001, 0002, 0003 and 0004 below. Offerors shall structure their quote to include a price for all items as listed and described in/for CLIN 0001, 0002, 0003 and 0004 below. CLIN 0001 - TRANSPORT SERVICES - PHASE 1, Contractor shall provide three trucks (with drivers properly weight and distance licensed for Colorado and New Mexico) and three 48' flatbed (NON-Lowboy) trailers to load on 27 March 2014 NLT 4:00 a.m. (Mountain Standard Time (MST)), to transport equipment identified in PWS paragraph 2.5, from 4619 Foreign Trade Zone Blvd, Colorado Springs, CO 80925 to White Sands Missile Range, NM 88002. One truck and trailer needs to be marked as priority and have a backup plan in case of breakdown. 1st Space BDE FWD will provide Material Handling Equipment (MHE) for loading and will escort to the exercise site. Upon arrival, 1st Space BDE FWD will require all three trailers stay on site throughout duration of exercise. Trucks must be able to travel the posted speed limits. Equipment must arrive at White Sands Missile Range no later than 5:00 p.m. (MST) 27 March 2014. CLIN 0002 - TRANSPORT SERVICES - PHASE 2, has a return date of 12 April 2014 with a show time of 6:00 a.m. (MST). The team conducting missions will keep in touch with vendor to lock in return date within a week depending on mission requirements. The team conducting missions will contact the vendor by 4 April 2014, if the return date will be 12 April 2014. For the return, Contractor shall provide three trucks to return the three 48' trailers left with the unit during the mission (drivers need proper weight and distance licenses for Colorado and New Mexico). One truck and trailer needs to be marked as priority and have a backup plan in case of breakdown. 1st Space Brigade Forward will provide personnel and material handling equipment for loading. All equipment must arrive at Colorado Springs no later than 7:00 p.m. on 12 April 2014. CLIN 0003 - TRANSPORT SERVICES - PHASE 2, has a return date of 19 April 2014 with a show time of 6:00 a.m. (MST). The team conducting missions will keep in touch with vendor to lock in return date within a week depending on mission requirements. The team conducting missions will contact the vendor by 11 April 2014, if the return date will be 19 April 2014. For the return, Contractor shall provide three trucks to return the three 48' trailers left with the unit during the mission (drivers need proper weight and distance licenses for Colorado and New Mexico). One truck and trailer needs to be marked as priority and have a backup plan in case of breakdown. 1st Space Brigade Forward will provide personnel and material handling equipment for loading. All equipment must arrive at Colorado Springs no later than 7:00 p.m. on 19 April 2014. For CLIN 0002 and 0003, it is unknown at this time whether Phase II return trip will begin on 12 April 2014 or 19 April 2014. Provide a price for both CLIN 0002 and 0003. CLIN 0004 - CONTRACTOR MANPOWER REPORTING in accordance with PWS paragraph 8. Required pick-up and delivery schedule shall be in accordance with paragraphs 2.4.1, 2.4.2, and 4.5 of the attached PWS. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required products or services must respond no later than 12:00 PM (MST) on Thursday, 13 Mar 2014. Award is anticipated to be made on or about 21 March 2014. The Government plans on issuing a purchase order for this procurement. Payment of contractor invoice(s) under purchase order contemplated shall be made by DFAS. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate quotes: (1) Technical - acceptability of the products, items or services offered; (2) Pick-up and Delivery Schedule - ability to meet the required pick-up and delivery schedule times and dates for Phase 1 and Phase 2 services specified in PWS paragraphs 2.4.1, 2.4.2, and 4.5 of the attached PWS; and (3) Total Price, for all services described in CLIN 0001 through CLIN 0004 above - most advantageous price considering all other factors including fuel surcharges (if applicable). Evaluation Criteria is listed in descending order of importance. QUOTE PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products, items or services proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offerors that offer products or services against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's quote. Award will be made without discussion; therefore, each offeror is encouraged to submit their best terms with their quote. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the quote nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation, also applies to this acquisition, along with the following additional FAR clauses: 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-41, Service Contract Act of 1965, 52.225-1, Buy American Act - Supplies, 52.225-13, Restriction on Certain Foreign purchases, 52.232-18, Availability of Funds, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.228-5, Insurance - Work On A Government Installation, 52.247-12, Supervision, Labor, or Materials, 52.247-14, Contractor Responsibility for Receipt of Shipment, 52.247-15, Contractor Responsibility for Loading and Unloading, 52.247-21, Contractor Liability for Personal Injury and/or Property Damage, 52.247-22, Contractor Liability for Loss of and/or Damage to Freight other than Household Goods, 52.247-26, Government Direction and Marking, 52.247-27, Contract Not Affected by Oral Agreement, 52.247-34, F.O.B. Destination, 252.204-7003, Control of Government Personnel Work Product, 252.232-7003, Electronic Submission of Payment Request and Receiving Reports, and 252.232-7006, Wide Area Workflow Payment Instructions. Quotes sent via the US Postal Service should be mailed to Army Contracting Command, ATTN: ACC-RSA-CCAM-CAC (Jeanene Gerstenkorn), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by the due date and time set for receipt of quotes. See also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes are received no later than 12:00 PM (MST) on Thursday, 13 March 2014. The point of contact for all information regarding this acquisition is Jeanene Gerstenkorn at (719) 554-8448, fax (719) 554-8442, or at e-mail Jeanene.M.Gerstenkorn.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6984c19fe69a774ad8af5646f2ec279d)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN03305051-W 20140309/140307234538-6984c19fe69a774ad8af5646f2ec279d (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.