|
COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599Department of the Treasury, United States Customs Service (USCS), Field
Procurement Services Branch, 6026 Lakeside Blvd., Indianapolis, IN,
46278 S -- DISTRIBUTION SERVICES SOL CS-I-00-015 DUE 052600 POC Eva Roberts,
Contract Specialist, Phone 317-298-1180 x1127, Fax 317-298-1344, Email
eva.m.roberts@customs.treas.gov -- Lee Sullivan, Supervisory Contract
Specialist, Phone 317-298-1119, Fax 317-298-1344, Email WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=CS-I-00-015&L
ocID=1802. E-MAIL: Eva Roberts, eva.m.roberts@customs.treas.gov. 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. The solicitation number
CS-I-00-015, is issued as a Request for Proposal, and incorporates
provisions and clauses that are in effect through Federal Acquisition
Circular 97-16. The standard industrial classification code is 4225
with a small business size standard of 5.0 million. There are four
contract line items (CLIN); base period for one year and four one-year
option periods. All description for the CLIN will be distribution
services at the Customs National Distribution Center, 6482 Corporate
Drive, Indianapolis, IN 46278. Contractor shall provide distribution
related services, to include warehousing. The contractor shall provide
distribution services from 7:00 a.m. to 3:30 p.m. est., Monday through
Friday, except federal holidays. The Contractor shall be responsible
for (1) labor support, (2) provide two warehousemen, one that will
receive freight and place incoming stock into appropriate storage
bins,(3)Warehousemen must be licensed forklift operators that will load
and unload shipments,(4) provide one inventory specialist who will
track and oversee the inventory, and perform general office
administrative duties. Items may be shipped via overnight courier,
freight forwarders, and the U.S. Postal Service. This acquisition
includes the requirements for a subcontracting plan as described under
Federal Agency Requirement, 19.704. Also, this acquisition is issued
under full and open competition procedures. Prospective offerors should
fax requests for the complete Statement of Work to Ms. Eva Roberts,
Contract Specialist, at (317) 298-1344. The following FAR clauses and
provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial
Items; 52.212-2, Evaluation-Commercial Items; award willl be based on
the best value trade off process. The proposals will be evaluated using
the trade-off process described in Federal Acquisition Regulation
15.101-1. The evaluation factors, which are of equal importance, are
cost/price and past performance. Past performance will be evaluated
based on the following criteria: (1) quality of service, (2) timely
performance/delivery schedule, and overall customer satisfaction.
Project shall be identified with the name(s) of individual(s) who work
on them. Prospective offers/contractors without a record of relevant
past performance or for whom information on past performance is not
available, the offeror may submit relevant past performance for their
key personnel. The government may use past performance information
obtained from other than the sources identified by the offeror.
Regardless of the available information, the prospective
offeror/contractor who does not have a record of past performance will
not be evaluated favorable or unfavorable on past performance;
52.212-3, Offeror Representations and Certification-Commercial Items;
52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, will apply to resultant contract:
52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.222-21, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.232-34, 52.222-41, 52.222-42, and
52.222-43. The addenda clauses are 52.228-5, 52.217-8, and 52.217-9.
All offerors must include a completed copy of FAR 52.212-3 with their
response. Because this is a commercial item, FAR 12.603(c)(3)(ii) will
be used for establishing the solicitation response time. This contract
will be awarded under FAR Subpart 13.5, Test Program for Certain
Commercial Items. Offers are due to the Contracting Officer, May 26,
2000, 2:00 p.m., local time. All responsible sources may submit an
offer which shall be considered by the U. S. Customs Posted 05/10/00
(D-SN453567). (0131) Loren Data Corp. http://www.ld.com (SYN# 0091 20000512\S-0002.SOL)
S - Utilities and Housekeeping Services Index Page
|
|