|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721Federal Bureau of Prisons (FBOP), Western Regional Office, 6600
Goodfellow St., Dublin, CA 94568 V -- PROVIDE TRACTOR AND DRIVER FOR TRANSPORTATION OF FARM PRODUCTS
FROM THE U.S. PENITENTIARY, 3901 KLEIN BLVD., LOMPOC, CA TO FBOP
INSTITUTIONS IN SO. CALIFORNIA Sol IFB 116-0095. Due 112696. Contact
Point, Jim Cooper, 510-803-2775. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. (Please read the following
sentence carefully). This announcement constitutes the only
solicitation; bids are being requested and a written solicitation will
not be issued. This solicitation is an Invitation for Bids (IFB)
116-0095. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Regulation
Circular 90-42. This procurement is being advertised as full and open
competition, under Standard Industrial Classification (SIC) code 4213,
with a small business size standard of $18.5 million. The contract
will be a Requirements type contract. (A) Schedule: Farm product
delivery services for the U.S. Penitentiary (USP), 3901 Klein Blvd.,
Lompoc, CA 93436, for a Base Year and four one year option periods. The
Contractor will provide a tractor, with a qualified licensed driver,
capable of pulling a 48' refrigerated semi-trailer, with standard
hookups. The trailer will be properly loaded, by the FBOP, with up to
30,000 lbs of palletized milk, meat, bean and miscellaneous farm
products. The Contractor will pick up the loaded trailer each Thursday
and deliver the products, in order, to the following FBOP
Institutions, MCC San Diego, CA (by 7:00 a.m.), FCI Terminal Island, CA
(by 11:00 a.m.), and the INS Detention Center in San Pedro, CA (by
12:00 p.m. noon). Deliveries will also be required to MDC Los Angeles
(by 1:30 p.m.), as needed. The contractor will pick up empty pallets
and containers for return to the USP. Rescheduling will be required to
make up for any missed pickups/deliveries caused by mechanical
failure, accident, road closures, environmental or other emergencies or
Acts of God, or Institutional emergencies. All missed scheduled
pickups/deliveries must be made up as soon as possible, which may mean
deliveries on weekend days or holidays, at the discretion of the FBOP.
Make ups will be scheduled by the COTR. The FBOP will strive for
mutually agreeable make-up schedules, with any conflicts to be resolved
by the Administrative Contracting Officer (ACO). The estimated annual
mileage is 30,720. Please provide separate, per mile prices for Base
Year, and each of the four Option Periods. Period of performance is as
follows: Base Year of the contract shall be from Date of Award through
twelve months from date of award, Option Period One: thirteen months
from date of award through twenty-four months from date of award;
Option Period Two: twenty-five months from date of award through
thirty-six months from date of award; Option Period Three: thirty-seven
months from date of award through forty-eight months from date of
award; Option Period Four: forty-nine months from date of award through
sixty months from date of award. Pursuant to FAR 17.203(d), bidders may
offer varying prices for option periods. (B) Statement of Work: The
provision of professional delivery services including an appropriately
sized tractor, and a qualified, licensed, bonded driver. USP will have
the refrigerated trailer prepared and ready for pick up by midnight
each Wednesday. All items to be delivered will be labeled and a
requisition for delivery prepared for the driver. This requisition must
be signed with signed copies returned to USP upon return to the farm on
Friday. All loading/off-loading will be done by the FBOP. Contractor
will be responsible for all operating expenses, including, but not
limited to: fuel, repairs, fees, licenses, bonds and insurance, tools
and taxes. FBOP will provide all maintenance and repair on FBOP owned
trailers. The Contractor will provide insurance coverages adequate in
type and amount to cover any possible loss or damage to the FBOP owned
trailer(s) caused by accident or negligence. In addition, Contractor
will provide Vehicular and General Public Liability Insurance as
prescribed below in FAR Clause 52.228-10. The Contractor must Bond the
driver(s) for $100,000, minimum. The Contractor must agree to hold
harmless the Government from any third party liability. (C) Place of
Performance: Primarily the farm complex at the USP Lompoc, with
deliveries to other institutions in the Southern California area. The
Contractor will not be entering secure areas of the institutions during
performance of this contract. (D) Supplies: The FBOP will provide
supplies needed for the products being delivered, and the trailers. The
Contractor will supply all other necessary supplies. (E) Method of
Performance: Performance will include picking up and delivering farm
products, on time, to designated locations, on a regular basis. The
Contractor will also be responsible for returning empty trailers and
all required documentation relating to deliveries to the USP Farm.
Empty milk containers and pallets will be returned to the USP Farm from
all institutions to which deliveries are made. The Contractor will also
pick-up and deliver other small equipment and commodities, as required.
Performance standards are based on community standards and are
measurable by both the Contractor and the COTR. This will be a
contractual agreement, not a government appointment. The Contractor
will not be eligible for Federal Job benefits. Payment will be based on
the accomplishment of the end product or specific results. The
performance of these services will be verified by the designated
Contracting Officer Technical Representative (COTR). (F)
Management/Inmate Management: The Contractor will be required to report
any inappropriate or suspicious inmate behavior to the overseeing FBOP
employee at the site, and the COTR. The Contractor may be required to
submit a memorandum explaining the circumstances related to any such
observation. The Contractor must also provide written reports of any
emergencies or extraordinary situations that may arise during
performance of this contract. The Contractor will not be responsible
for management of inmates. (G) Institution Security: The Contractor
agrees to adhere to all regulations prescribed by the institution for
safety, custody and conduct of inmates. Basic NCIC and other security
checks will be completed on all drivers used for the performance of
this contract. Additional checks may be required at the discretion of
the FBOP. The FBOP reserves the right to disallow any individual from
performing on this contract, with no explanation given. Integrity of
the Bureau of Prisons security systems is paramount. (H) Credentials:
The Contractor must supply proof of training, experience and licensing
of all drivers provided for the delivery of farm products. Contractor
must provide written evidence of current licensing for all drivers.
(I) Clauses/Provisions: (1) Far Clause 52.212-1, ``Instructions to
Offerors-Commercial,'' is hereby included by reference. The following
are addenda to FAR Clause 52.212-1: (1) Paragraph (c)``Period of
Acceptance of Offers'', the amount of time the offeror agrees to hold
the prices in its offer firm is changed to 60 calendar days from date
specified for receipt of offers. (2) Paragraphs (d) ``Product
samples'', (e) ``Multiple Offers'', and (h) ``Multiple Awards'', and
(I) ``Availability of requirements documents cited in the
solicitation'' have been determined by the Contracting Officer to be
non-applicable to this solicitation and are hereby removed in their
entirety. (3) Evaluation Factors for Award: Bidders are advised that
bids shall be evaluated without discussions. Award will be made to the
responsible bidder whose bid is responsive to the items of the IFB and
is most advantageous to the Government, considering only price and
price-related factors, if any, as specified in the solicitation. (4)
Business References: In order to assist the Contracting Officer in
making a responsibility determination about a prospective contractor,
in accordance with FAR Subpart 9.104-1, it is required that each bidder
provide information on a reasonable number of recent and relevant
contracts for the same or similar items, as well as the bidder's
primary financial institution (include contract numbers, points of
contact, telephone numbers, and any other relevant information). The
following provision is hereby incorporated into this solicitation and
resulting contract as an addendum to FAR Clause 52.212-1: FAR Provision
52.214-10, ``Contract Award-Sealed Bidding'', is hereby incorporated by
reference. (ii) FAR Provision 52.212-3, ``Offeror Representations and
Certifications-Commercial Items'', shall be completed and submitted
with the bid. (iii) FAR Provision 52.233-2, ``Service of Protest'', is
hereby incorporated in full text, (a) Protests, as defined in section
33.101 of the Federal Acquisition Regulation, that are filed directly
with an agency and copies of any protests that are filed with the
General Accounting Office (GAO), shall be served on the Contracting
Officer (addressed as follows) by obtaining written and dated
acknowledgment of receipt from: Chief, Procurement and Property Branch,
Federal Bureau of Prisons, 320 First Street N.W., Washington, D.C.
20534, (b) The copy of any protest shall be received in the office
designated above within one date of filing a protest with the GAO.
(iii) FAR Clause 52.212-4, ``Contract Terms and Conditions-Commercial
Items,'' hereby applies to this acquisition. The following are addenda
to FAR Clause 52.212-4: (1) The following FAR Clauses are hereby
incorporated by reference, pursuant to FAR Clause 52.252-2, ``Clauses
Incorporated by Reference'': 52.203-3, ``Gratuities''; 52.217-5,
``Evaluation of Options''; 52.224-1, ``Privacy Act Notification'';
52.224-2, ``Privacy Act''; 52.225-11, ``Restrictions on Certain Foreign
Purchases''; 52.228-10, ``Vehicular and General Public Liability
Insurance (APR 1984), fill in (a)'' (1) bodily injury of not less than
$200,000 for each person and $500,000 for each occurrence, and (2)
property damage of not less than $50,000 for each accident and $500,000
in the aggregate; 52.232-18, ``Availability of Funds''; 52.237-3,
``Continuity of Services''. The following FAR Clauses are hereby
incorporated into this solicitation/contract by full text: 52.217-8,
``Option to Extend Services'': The Government may require continued
performance of any services within the limits and at the rates
specified in the contract. These rates may be adjusted only as a result
of revisions to prevailing labor rates provided by the Secretary of
Labor. The option provision may be exercised more than once, but the
total extension of performance hereunder shall not exceed 6 months. The
Contracting Officer may exercise the option by written notice to the
Contractor within 15 days of the expiration of the contract year.
52.217-9, ``Option to Extend the Term of the Contract'': (a) The
Government may extend the term of this contract by written notice to
the Contractor within one day of the ensuing option period; provided,
that the Government shall give the Contractor a preliminary written
notice of its intent to extend at least 60 days before the contract
expires. The preliminary notice does not commit the Government to an
extension. JAR Clause 2852.279-70, ``Contracting Officer's Technical
Representative'', is hereby incorporated in full text, (a) Mr. Ramon
Escobedo, USP Lompoc, California, is hereby designated to act as
Contracting Officer's Technical Representative (COTR) under this
contract. (b) The COTR is responsible for: receiving all deliverables;
inspecting and accepting the supplies or services provided hereunder
in accordance with the terms and conditions of this contract; providing
direction to the contractor which clarifies the contract effort, fills
in details or otherwise serves to accomplish the contractual Scope of
Work; evaluating performance; and certifying all invoices/vouchers for
acceptance of the supplies or services furnished for payment prior to
forwarding the original invoices to the payment office and a conformed
copy to the Contracting Officer. (c) The COTR does not have authority
to alter the contractor's obligations under the contract, direct
changes that fall within the purview of the General Provisions clause
entitled ``Changes,'' and/or modify any of the expressed terms,
conditions, specifications, or cost of the agreement. If as a result of
technical discussions it is desirable to alter/change contractual
obligations or the Scope of Work, the Contracting Officer shall issue
such changes in writing and signed. (iv) Far Clause 52.212-5,
``Contract Terms and Conditions Required to Implement Statutes or
Executive Orders--Commercial Items'', hereby applies to this
acquisition. In accordance with FAR Clause 52.212-5, the following
clauses are hereby incorporated by reference: 52.203-6, ``Restrictions
on Subcontractor Sales to the Government'', ``Alternate I'';
52.203-10, ``Price or Fee Adjustment for Illegal or Improper
Activity''; 52.219-8, ``Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns''; 52.222-26, ``Equal
Opportunity''; 52.222-35, ``Affirmative Action for Special Disabled and
Vietnam Era Veterans''; 52.222-36, ``Affirmative Action for Handicapped
Workers''; 52.222-37, ``Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era''. Offers in original and one copy
shall be received at the following address: Federal Bureau of Prisons,
Western Regional Contracting Office, 6600 Goodfellow Street, (Camp
Parks) Dublin, CA 94568, Attention Jim Cooper, Contracting Officer, by
2:00 PM local time, on Tuesday, November 26, 1996. All bids shall be
clearly marked with the bidders name and IFB number. For additional
information, questions, and availability of forms, please contact Jim
Cooper, Contracting Officer, at 510-803-2775, fax 510-803-2782. (311) Loren Data Corp. http://www.ld.com (SYN# 0097 19961113\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|