Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160

Defense Reutilization And Marketing Service, DRMS-UPO, 74 Washington Avenue North, Battle Creek, MI 49017-3092

M -- SOLICITATION FOR LOGISTICS SUPPORT AT DOD FACILITIES / AMENDMENT 0005 SOL SP4410-98-R-1002 POC Bernie Solovey, Contracting Officer, DRMS-UPO, TELE (616)961-4246, FAX (616)961-4474 WEB: http:www.drms.dla.mil, http:www.drms.dla.mil. E-MAIL: bsolovey@drms.dla.mil, bsolovey@drms.dla.mil. LOGISTICS SUPPORT Logistics Support at DoD Activities. This is amendment 0005 to the combined synopsis/solicitation SP4410-98-R-1002, for commercial items posted in the CBDnet on May 19, 1998. This combined synopsis/solicitation has been prepared in accordance with the format in FAR 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 used. The Defense Reutilization and Marketing Service (DRMS) has an on-going requirement for logistic support at a variety of DoD locations, throughout CONUS. For a definition of the types of logistics support that may be required, offerors may visit the web site at http://www.drms.dla.mil. The publications are located under the Government section. Enter the pubs/regs section, view the numerical listing of all publications with the numbers 4160.14 and DoD 4160.21-M for definitions and explanations. All work under the contract shall be performed in accordance with these publications. The Defense Reutilization and Marketing Offices (DRMOs) that will be supported under the resultant contracts provide for the disposition of excess/surplus Government property. The labor categories include (but may not be limited to): Hazardous Property Processor; Forklift Operator; Heavy Equipment Operator; Material Coordinator; Recycling Worker; Warehouse Worker; Environmental Technician; General Administrative/Clerical Support, and associated management support. The solicitation provisions and clauses are those in effect through Federal Acquisition Circular 97-04. The solicitation is issued using unrestricted, full and open competitive procedures. The SIC for this acquisition is 7389, $5.0 million. The Government will award multiple Indefinite Delivery Indefinite Quantity contracts as the result of this solicitation. Task orders will then be competed for specific services throughout the life of the contract(s). The minimum for the program (all contracts) is $25,000; the maximum is $5 million (base and option periods). Each contract awarded will receive a pro rata share of the minimum for the program. Awards will be based on past performance and price. The evaluation factor for past performance is significantly more important than price. All offerors are requested to furnish references with telephone numbers and points of contact that demonstrate similar or same past performance within the past three years. Offerors are requested to submit a price proposal for performing the following sample task: The contractor is required to provide personnel to perform the Receipt and Storage process under Chapter 2 of publication 4160.14, Volume II, Warehousing for DRMS and DRMOs. This includes performing the tasks in Chapter 2 under paragraphs B through S, except J, K, Q and R. It is estimated that the contractor will need to process 5,500 DTIDs per month during this period at the DRMO in this sample task. For estimating costs use the following assumptions: (a) two percent of the DTID's will have discrepancies; (b) thirty percent of the DTIDs will be hazardous property; (c) five percent of the DTIDs will be unacceptable; (d) one percent of the DTIDs will be non-hazardous, non-returnable off-site generator property; (e) five percent of the DTIDs for each category of the following will be provided batch-lot, downgrade, local or national sales items, and special handling; (f) one percent will be munitions lists items; (g) five percent of the DTIDs will be for scrap or usable property received as scrap or downgraded to scrap; (h) one percent of the DTIDs will have trouble items, (i) two percent of the DTIDs will be received in place; (j) no small arms will be provided. The DTIDs represent an average of two pieces of property. The contractor shall include management support for this task. The period of performance for this task is ninety days. When contractors submit their price proposal for this sample task, they shall include the number and types of personnel that they plan to provide. The Government will provide all supplies and equipment required to perform this task. This is a sample task only and represents a type task that might be required under the contract. As this is a sample task only and there are many different places of performance, the DOL wage determination for pricing this task will be for Battle Creek, MI. A copy of this wage determination can be acquired by faxing a request to the number at the bottom of this synopsis/solicitation. The price proposal shall include a breakdown of how many and what type of personnel will be used, the hours or units attached to the personnel and a cost breakdown, including but not limited to, hourly wage rates, overhead and profit. Offerors are required to indicate in their offer whether subcontractors will be used in the accomplishment of the task orders. In accordance with FAR 52.212-5, Paragraph (4), a subcontracting plan may be required. All task order proposals will be evaluated on some combination of past performance, price, and/or technical evaluations. The importance of these factors will be described when the Government requests a proposal for performance of a task. Offeror's for the initial contract will be evaluated based on past performance and price. The price evaluation will be a price realism analysis and other price analysis techniques may be used. The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value to the Government. The Government intends to evaluate proposals and award without discussions; however we reserve the right to conduct discussions should the contracting officer determine them necessary. The period of performance is 18 months with 2 each 12 month option periods. Inspection and acceptance shall be at the place of performance. The DRMOs are divided into 15 zones. Each offeror may offer on one or more groups. No contract will be awarded for less than a group. Groups to be awarded are:Group A: ZONES 1 4 EAST; Group B: ZONES 5 8 EAST; Group C: ZONE 1-4 WEST; Group D: ZONES 5 7 WEST. The zones are as follows: EAST ZONES: Zone 1: Rock Island IL; Great Lakes IL; Sparta WI; Whiteman MO; Scott IL; Duluth MN. ZONE 2: Battle Creek MI; Columbus OH; Selfridge MI; Wright Patterson OH; Crane IN; Knox KY; Campbell KY. ZONE 3: Groton CT; Portsmouth NH; Romulus NY; Drum NY; Tobyhanna PA; Lakehurst NJ; Philadelphia PA. ZONE 4: Mechanicsburg PA; Letterkenny PA; Aberdeen MD; Meade MD; Belvoir VA; Richmond VA; Williamsburg VA; Norfolk VA; St. Juliens VA. ZONE 5: Cherry Point NC; Jackson SC; Bragg NC; Lejeune NC. ZONE 6: Keesler MS; Rucker AL; Pensacola FL; Eglin FL. ZONE 7: Benning GA; Warner Robins GA; Albany GA; Forest Park GA; Stewart GA; Anniston AL; McClellan AR; Huntsville AL. ZONE 8: Jacksonville FL; Tampa FL; Patrick FL; Homestead FL. WEST ZONES: ZONE 1: Lewis WA; Fairchild WA; Hill UT; Mountain Home ID. ZONE 2: Sierra CA; McClellan CA; Stockton CA; Travis CA; Port Hueneme CA; Vandenberg CA. ZONE3: Barstow CA; 29 Palms CA; Edwards CA; El Toro CA; March CA; San Diego CA; North Island CA; Pendleton CA; Nellis NV. ZONE 4: Great Falls MT; Grand Forks ND; Minot ND; Ellsworth SD; Offutt NB; Colorado Springs CO; Riley KS. ZONE 5: Luke AZ; Tucson AZ; Huachuca AZ; Kirtland NM; Cannon NM; Holloman NM; Bliss TX. ZONE 6: Oklahoma City OK; Chaffee AK; Sill OK; Texarkana TX; Polk LA; Little Rock AK; Pine Bluff AK. ZONE 7: San Antonio TX; Laughlin TX; Corpus Christi TX; Hood TX; Dyess TX; Sheppard TX. The following clauses/provisions apply: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL APRIL 1998 FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 1995). Paragraph (a) of the provision is completed as follows: Past performance and price; past performance is slightly more important than price; however, price is still a significant factor. FAR 52.213-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 1997). A completed copy of this provision must be submitted with the offeror's proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (APR 1998) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS, (APR 1998). The following blocks are x'd: (b) (1) (4) and (b) (6) (7); (c) (1) (3). FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) applies. Minimum insurance amounts are General Liability $500,000 per occurrence; Automobile Liability Comprehensive $200,000 per person; Bodily Injury Liability $500,000 per occurrence. Property Damage $20,000 per occurrence. FAR 52.216-18, ORDERING (OCT 1995): Paragraph (a) is completed as follows: Date of award of the first task order through 42 months after award of the contract(s). FAR 52.216-19, ORDER LIMITATIONS (OCT 1995) applies. Paragraph (a) is completed as follows: $500 per site. Paragraph (b)(1) is completed as follows: $5 million. Paragraph (b)(2) is completed as follows: $5 million. Paragraph (b)(3) is completed as follows: 30 days. Paragraph (d) is completed as follows: 5 days. FAR 52.216-22, INDEFINITE QUANTITY (OCT 1995). Paragraph (d) is completed with "due dated stated in the final task order. FAR 52.217-4 EVALUATION OF OPTIONS (JUL 1990) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989). Paragraph (c) is completed with: 42 months. The clauses and provisions applicable to this solicitation may be found at farsite.hill.af.mil/ or they are available by contacting Mr. Bernie Solovey as cited below. This solicitation is not rated under the Defense Priorities and Allocations Systems. Offers are due no later than 4:30 p.m. Eastern Time, 10 days after publication of this notice in the Commerce Business Daily (CBD). If 10 days after publication falls on a Saturday, Sunday, or Federal Holiday, then offers are due by 4:30 p.m. Eastern Time on the next available business day. Offers shall be mailed to DRMS-UPO, Attn: Mr. Bernie Solovey, 74 N. Washington Ave, Battle Creek MI 49017-3092. One copy is required. Direct questions regarding this combined synopsis/solicitation to Bernie Solovey, Contracting Officer, DRMS-UPO, at fax (616) 961-4474, or e-mail bsolovey@drms.dla.mil. Telephone inquiries will not be accepted. Posted 08/13/98 (W-SN236476). (0225)

Loren Data Corp. http://www.ld.com (SYN# 0101 19980817\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page