Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

V -- RFQ - 70SBUR21Q00000003 - Freight Shipping Services - California Service Center

Notice Date
9/10/2020 10:50:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
Contracting Office
US CITIZENSHIP IMMIGRATION SVCS WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70SBUR21Q00000003
 
Response Due
9/15/2020 8:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Joshua S. Riley, Phone: 8028724680, Kristyn Holsopple, Phone: 8028724539
 
E-Mail Address
Joshua.S.Riley@uscis.dhs.gov, kristyn.Holsopple@uscis.dhs.gov
(Joshua.S.Riley@uscis.dhs.gov, kristyn.Holsopple@uscis.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
RFQ � 70SBUR21Q00000003 Beta.SAM.gov Body Description This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 70SBUR21Q00000003 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. This solicitation is an open market, competitive small business set-aside and the associated NAICS code is 484121, General Freight Trucking, Long-Distance, Truckload, which has a small business size standard of $30.00 million. The associated PSC Code is V112 � Motor Freight. See the attachments for a description of requirements for the services to be acquired and all other details. (1) Action Code: N/A (2) Date: The Period of Performance (PoP) will be 10.01.2020 � 09.30.2025 (3) Year: This is a Fiscal Year (FY) 21 Requirement (4) Contracting Office ZIP Code: 05403 (5) Product or Service Code: V112 � Motor Freight (6) Contracting Office Address: 70 Kimball Avenue South Burlington, VT 05403 (7) Subject: Freight Shipping Services for the California Service Center (8) Proposed Solicitation Number: 70SBUR21Q00000003 (9) Closing Response Date: 09.15.2020 @ 11:00am EST (10) Contact Point or Contracting Officer: Primary: Joshua S. Riley Contract Specialist Joshua.S.Riley@uscis.dhs.gov | (802) 872-4680 Secondary: Kristyn Holsopple Contract Specialist Kristyn.Holsopple@uscis.dhs.gov | (802) 872-4539 (11) Contract Award and Solicitation Number: Award Number: N/A Solicitation Number: 70SBUR21Q00000003 (12) Contract Award Dollar Amount: N/A (13) Line Item Number: See (v) below. (14) Contract Award Date: N/A (15) Contractor: N/A (16) Description: i. This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. ii. Solicitation number 70SBUR21Q00000003 is issued as a request for quote (RFQ). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. iv. This solicitation is an open market, competitive small business set-aside and the associated NAICS code is 484121, General Freight Trucking, Long-Distance, Truckload, which has a small business size standard of $30.00 million. The associated PSC Code is V112 � Motor Freight. v. See PART III � ATTACHMENT B � PRICING SPREADSHEET for a list of line item number(s) and items, quantities, and units of measure (including options). Quoter shall fill this attachment out and submit it with its quote. vi. U.S. Citizenship and Immigration Services (USCIS) provides a requirement for the shipment of files from the California Service Center (CSC) to the National Records Center (NRC) & Remote Maintenance File Facility (HBG). See the attachments for a description of requirements for the services to be acquired and all other details. vii. This requirement consists of a total estimated PoP of sixty (60) months. A base period of performance and four (4) optional periods of performance. Please see PART III � ATTACHMENT C � STATEMENT OF WORK below for more information. Delivery and acceptance of deliverables shall be in accordance with the Statement of Work. viii. The FAR provision 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition as does the addendum to the provision as shown below. ix. The FAR provision 52.212-2 applies to this acquisition with the evaluation factors consisting of price and technical acceptability. The award decision shall be based off the lowest price technically acceptable source selection process. x. Quoters shall include a completed copy of the FAR provision(s) � 1. 52.212-3, Offeror Representations and Certifications�Commercial Items; 2. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 3. 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations�Representation; 4. 52.209-5, Certification Regarding Responsibility Matters; 5. 52.209-7, Information Regarding Responsibility Matters; and 6. 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, with its quote. xi. The FAR clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. xii. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable to the acquisition and can be found attached. Additional contract requirements or terms and conditions necessary for this acquisition and consistent with customary commercial practices shall be found in the contract clauses attached. xiii. RFQ 70SBUR21Q00000003 is being issued with the intent to make one (1) award. Award will be based on a lowest price technically acceptable quote. Submission of a complete quote constitutes affirmation of your ability to provide freight shipping services as outlined in the attached solicitation documents. Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Additional contract requirements or terms and conditions necessary for this acquisition shall be found in the attached. xiv. No Defense Priorities and Allocations System rating will be assigned to this solicitation or resulting contract. xv. Please see section 9 above for the date and time quotes are due. xvi. To be considered for award, please provide a complete quote as a part of your submission by email to the points of contact shown in section 10 above. (17) Place of Contract Performance: See PART III � ATTACHMENT C � STATEMENT OF WORK for the place(s) of contract performance. (18) Set-aside Status: This acquisition has a set-aside of 100% for Small Business. Brief Description of Requirement: The California Service Center (CSC) requires a weekly pick up of pre-wrapped pallets of non-classified Receipt files and A-files from the Service Center for transport to the National Records Center (NRC) in Lee's Summit, Missouri, and the Remote File Maintenance Facility (HBG) in Harrisonburg, Virginia where they will be stored. Per twelve (12) month period, pick up and transport to the NRC occurs one (1) time each month for a total of twelve (12) shipments. Pick up and transport to the HBG occurs three (3) times each month for a total of thirty six (36) shipments. See attached PART III � ATTACHMENT B � STATEMENT OF WORK for more information. In order for a quote to be considered complete, quoters must follow all of the instructions within this solicitation. It is highly recommended that each quoter reads through the solicitation in its entirety. If a quote does not follow all of the instructions, it will be considered incomplete and will be removed from consideration for award. Place(s) of Performance: Pick-Up Location: California Service Center 24000 Avila Road First Floor Loading Dock Laguna Niguel, CA 92677 Drop-Off Location(s): National Records Center 150 Space Center Loop Lee�s Summit, MO 64064 Remote File Maintenance Facility 1344 Pleasants Drive Harrisonburg, VA 22801 Period of Performance (PoP): This requirement consists of a total estimated PoP of sixty (60) months. A base period of performance and four (4) optional periods of performance. Please see below for more information. Base PoP:������������������������������������������ 12 Months����������� 10.01.2020 � 09.30.2021 Optional Period #1 PoP:��������������� 12 Months����������� 10.01.2021 � 09.30.2022 Optional Period #2 PoP:��������������� 12 Months����������� 10.01.2022 � 09.30.2023 Optional Period #3 PoP:��������������� 12 Months����������� 10.01.2023 � 09.30.2024 Optional Period #4 PoP:��������������� 12 Months����������� 10.01.2024 � 09.30.2025 Total Potential PoP:����������������������� 60 Months����������� 10.01.2020 � 09.30.2025 This order will have only Firm Fixed Price Line Items Submit questions to Joshua.S.Riley@uscis.dhs.gov. The deadline for questions is 09.14.2020 @ 11:00am ET. Submit a quote via the email to Joshua.S.Ruley@uscis.dhs.gov & Kristyn.Holsopple@uscis.dhs.gov no later than 09.15.2020 @ 11:00am ET. Late quotes will not be accepted. The attachments shown below will be incorporated into the subsequent award. PART II � Contract Clauses PART II � Attachment A � Security Requirements | Security Requirement 3 � [Modified] PART III � Attachment C � Statement of Work (SOW) PART III � Attachment D � SCA Wage Determinations � VSC PART III � Attachment E � SCA Wage Determinations � NRC PART III � Attachment F � SCA Wage Determinations � HBG
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c65895c4bd8468ca3147f799c0f09fc/view)
 
Place of Performance
Address: Laguna Niguel, CA 92677, USA
Zip Code: 92677
Country: USA
 
Record
SN05793154-F 20200912/200910230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.