Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2004 FBO #0979
SOLICITATION NOTICE

R -- Marine For Life, Hometown Link Administrative Services Support

Notice Date
7/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M00264 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026404R0024
 
Response Due
8/25/2004
 
Archive Date
9/30/2004
 
Point of Contact
SSgt. Patsy D. Stefan (703) 784-5260
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes as the only solicitation; proposals are being required and a written solicitation will not be issued. North American Industry Classification System (NAICS): 561499 ? All Other Business Support Services Standard Industrial Classification (SIC): 7389 ? Business Services, N.E.C. PRICING SCHEDULE Provided below is the Contract Line Item Number (CLIN) structure for the contract Base Year Period of Performance. Proposals shall specify unit pricing for Base Year Period of Performance and four 12-month Option Years duplicating CLIN structure as the Base Year. For specific Periods of Performance, See enclosed Statement of Work (SOW). ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 N/A N/A N/A N/A Administrative Services SupportFirm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) - See Statement of Work: Administrative Services for the Marine For Life Hometown Links. Base Year Period of Performance: From date of contract award to 30 September 2004 ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0001AA UNDEFINED Pound _________________ _________________________ Mailing ServiceFFP/IDIQ - Base Year Period of Performance: From date of contract award to 30 September 2004 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AB 1 Months _________________ ________________________ Mailbox ServiceFFP - Base Year Period of Performance: From date of contract award to 30 September 2004 ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0001AC UNDEFINED Sheet __________________ _________________________ Fax ServiceFFP/IDIQ - Base Year Period of Performance: From date of contract award to 30 September 2004 ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0001AD UNDEFINED Sheet __________________ _________________________ Color Copying ServiceFFP/IDIQ - Base Year Period of Performance: From date of contract award to 30 September 2004 ITEM NO SUPPLIES/SERVICES MAX QUANTITY UNIT UNIT PRICE MAX AMOUNT 0001AE UNDEFINED Sheet __________________ _________________________ Black & White Copying ServiceFFP/IDIQ - Base Year Period of Performance: From date of contract award to 30 September 2004 The minimum order value issued for each CLIN shall not be less than the minimum order value stated below. The maximum order value for each CLIN shall not exceed the maximum order value stated below. These amounts are based on a full year (12 months) of service. CLIN MINIMUMAMOUNT MAXIMUMAMOUNT 000_AA $1,080.00 $27,000.00 000_AC $540.00 $5,400.00 000_AD $540.00 $27,000.00 000_AE $540.00 $5,400.00 Statement of Work: Administrative Services for Marine For Life Hometown Links 1. OVERVIEW a. The Marine For Life (M4L) program relies on Reserve Marines, our Hometown Links (HTL), serving in the local communities around our country, to help sponsor transitioning Marines as they return home. To do so, HTLs build relationships with veteran Marines and Marine-friendly organizations that have a desire to help transitioning Marines. These are our resources. The HTL?s build their resource networks to address a variety of tangible concerns that Marines have as they prepare for a major lifestyle change: information on employment, housing, adult education, schools for their children, and other matters. b. The HTL team currently consists of Reserve Marines serving on active duty. Beginning 2nd quarter Fiscal Year (FY) 04, these Marines will begin reverting to a drilling status. By the end of FY04, all HTLs will serve in a drilling status. However, they will not drill in a conventional manner. They will work a total of 16 hours per month, just as any other reservist, but they will work throughout the month doing M4L business for short periods on a frequent basis. This paradigm retains a viable degree of HTL accessibility and greatly reduces operating costs, but requires very efficient processes and flexible administrative support. c. Building resource networks requires mobility. At the same time, HTLs must be accessible to transitioning Marines. M4L processes are being developed to support this paradigm. Using cell phones, laptops, and Internet access from their homes, HTLs can accomplish most of their M4L business. However, there remains a need for traditional administrative resources: a copier, an official mailbox, fax machine, express mail capability, etc. Currently, HTLs rely on the support available at Reserve Training Centers (RTCs). In most cases, reliance on an RTC undermines efficiency. Given the M4L drilling paradigm, traveling to and from an RTC on a frequent basis becomes untenable. Distance and congestion consume precious time. Moreover, Internet access from an RTC requires a Navy/Marine Corps Intranet (NMCI) seat, which has not been planned for by Marine Forces Reserve. d. There is no advantage to having an HTL work at a particular physical location. Program efficiency and long-term sustainability require more readily accessible administrative resources. Commercial services, located around the country, can better meet the geographical and functional requirements of M4L in a cost effective manner, and relieve the burden on the RTCs. 2. REQUIREMENTS In support of the M4L program, commercial administrative service support is required to make this program effective. Commercial administrative services provided shall meet the following requirements: a. A facility located in the geographical areas where a HTL is located (see attached listing of HTL locations and planned locations). Due to programmed turnover of HTLs, the flexibility of selecting a different facility within the same geographic area is a requirement. HTLs will inevitably turnover at unpredictable times. This will require a cessation of services at one facility and the start of services at another. There must be an easy process for interchanging services within the same geographic location. Additionally, in several large metropolitan areas more than one HTL will be covering the area, e.g. New York, Chicago. The attached list reflects this. b. U.S Postal Services mailing services. The ability to mail items - letters, large envelopes and packages using the U.S Postal Services is required. The mailouts will be primarily promotional literature (8 ?? x 11? documents) and pamphlets. HTLs will also send out standard letters in envelopes, postcards and have the ability mail the M4L Kiosk (a tradeshow kiosk that is shipped in its own container) that weighs 85lbs. HTLs will also need to capability to package and mail their laptop computer and cell phones. Priority Mail, Express Mail, Certified Mail and metered mail and the ability to insure packages is required. c. Mailbox Services. HTLs require a post/mail box where they can receive mail. The facility should have secure 24 hour access to mail deliveries. A mail forwarding service is also required in the case a HTL moves or ceases drilling. In this case, the mail will need to be forward to a follow-on address (of the HTL) or the M4L Headquarters (address below) for up to six months, after written notification from the Contracting Officer. Marine For Life 3280 Russell Road Quantico, VA 22134 d. Fax services. HTLs require the ability to send and receive faxes - both local, long distance and overseas service. Received faxes should be placed in the HTL?s post/mail box. e. Color printers and copiers. HTLs will require copy and printing services - black and white, color and digital printing capability from floppy disks, compact disks, etc. f. A consolidated monthly bill (from all locations) with an itemization of services provided from each location. To best facilitate management, the M4L Headquarters staff requires one primary bill be sent to the M4L Hq for payment, with detailed bills from each facility included with this invoice. Details on the bills are required to be itemized with a breakdown of expenses; box rental, copies printed, faxes sent, packages mailed, etc. g. The M4L Program will be adding additional locations as required, not to exceed 120, and have these additional sites included in the consolidated bills. There are currently 85 manned HTL locations(approx). In the next year, there are planned to be over 100. As sites are added, they must be added to the consolidated bill in an efficient, timely manner. 3. PERIOD OF PERFORMANCE Base Year: Date of Contract Award ? 30 September 2004 Option Year One: 1 October 2004 ? 30 September 2005 Option Year Two: 1 October 2005 ? 30 September 2006 Option Year Three: 1 October 2006 ? 30 September 2007 Option Year Four: 1 October 2007 ? 30 September 2008 4. CONTRACTING OFFICER?S REPRESENTATIVE (COR) Individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement (DFARS) and authorized in writing by the Contracting Officer to perform specific technical or administrative functions shall be appointed, in writing, upon contract award. Copy of appointment letter will be provided to contractor. 5. SUBMISSION OF INVOICES Per Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.232-7003, Electronic submission of payment request is mandated. For specific instructions, please see attached local clause: INVOICING PROCEDURES ELECTRONIC (USMC May 2004). Invoices for completed and accepted work shall be submitted no more frequently than monthly. The invoices shall include the contract number, date of the invoice, invoice number, contractor?s name, contract line item number, description of the services, quantity, unit price, extended total, and remittance address. HOMETOWN LINK (HTL) LOCATIONS ? Manned (M) or Planned (P) A. Manned (M) Locations (62 currently manned locations): AL ? Birmingham, Mobile; AR ? Little Rock; AZ ? Phoenix, Tucson; CA ? Fresno, Los Angeles, Sacramento, San Bernadino, San Diego, San Francisco; CO ? Denver, Colorado Springs; CT ? New Haven; FL ? Jacksonville, Miami, Orlando, Pensacola, Tampa; GA ? Atlanta; IL ? Chicago, Chicago; IN ? Indianapolis; KY ? Lexington; LA ? New Orleans; MA ? Boston; MD ? Baltimore; ME ? Portland; MI ? Detroit, Lansing; MN - Minneapolis; MS ? Jackson; NC ? Charlotte, Raleigh; NE ? Omaha; NH ? Manchester; NJ ? Newark; NM ? Albuquerque; NV ? Las Vegas; NY ? Buffalo, New York City, New York City, New York City, Rochester; OH ? Cincinnati, Cleveland, Columbus; OK ? Oklahoma City; OR ? Portland; PA ? Philadelphia, Pittsburg; TN ? Nashville; TX ? Austin, Dallas, El Paso, Fort Worth, Houston, San Antonio; VA- Richmond, VA Beach; WA ? Seattle, Spokane B. Planned (P) Locations (58 future additional planned locations): AK ? Anchorage; AL ? Montgomery; AR ? Fayetteville; CA ? Alameda, Bakersfield, Oceanside, La Mesa, Irvine, Santa Clara; CO ? Ft. Collins; CT ? Danbury, Hartford; DC ? Washington, D.C.; DE ? Dover, Wilmington; FL ? Melbourne, Palm Beach; HI ? Honolulu; IA ? Des Monies; IL ? Aurora, Bloomington, Juliet, Northbrook; KS ? Olathe, Topeka, Wichita; KY ? Louisville; LA ? Baton Rouge; MA ? Springfield, Worchester; MD ? Laurel, Annapolis; MI ? Ann Arbor, Flint; MO ? Kansas City, St. Louis; NC ? Wilmington; NJ ? Dover, Jersey City, Trenton; NM ? Santa Fe; NY ? Albany, Bronx, Queens; PA ? Erie; RI ? Providence; SC ? Charleston, Columbia, Spartsburg; TN ? Knoxville, Memphis; TX ? Corpus Christi; UT ? Provo, Salt Lake City; VA ? Roanoke; WA ? Tacoma; WI ? Milwaukee; WV - Charleston CONTRACTUAL INFORMATION This soliciation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2001-05. The following provisions/clauses apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors?Commercial Items (JAN 2004), 52.212-3 Offeror Representations and Certifications?Commercial Items (JAN 2004)-NOTE: A completed copy of this provision shall be provided with your proposal, 52.212-4 Contract Terms and Conditions?Commercial Items (OCT 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (MAY 2004), 52.216-18 ORDERING. (OCT 1995), 52.217-5 Evaluation of Options (JUL 1990), 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-25 Prompt Payment (OCT 2003), 252.2001-7000 Contracting Officer?s Representative (DEC 1991), 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 1998), 252.212-7000 Offeror Represnetations and Certifications ? Commercial Items (NOV 1995), 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (JAN 2004), 252.232-7003 ? Electronic Submission of Payment Request (JAN 2004), and 252.247-7018 Subcontracting (DEC 1991). CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate offers: 1. Technical Capabilities - Demonstrated sufficient facilities and equipment to meet requirements of contract - Demonstrated ability to provide services within the geographical locations of the existing HTL and planned HTL - Demonstrated ability to provide U.S. Postal mailing services in accordance with the requirements of the Statement Of Work - Demonstrated ability to provide Mailbox services in accordance with the requirements of the Statement of Work - Capability of providing mail forwarding services 2. Management Plan - Process for interchanging services within geographical locations - Process for providing commercial administrative services, as indicated in the Statement of Work - Process for providing a monthly consolidated bill - Plan for providing services to future/planned HTL and incorporating services provided into monthly consolidated bill 3. Quality Assurance Plan - Plan identifies quality services of the same level will be provided at all locations - Procedures to monitor the quality of services provided to customers - Procedures for handling inadequate service - Industry standards for maintenance of equipment and facilities 4. Past Performance - Relevant past performance within the past five (5) years - Relevant past performance with consolidated billing 5. Price (b) Technical capabilities and management plan are equally important; individually they are more important than quality assurance plan, past performance, and price. When combined, technical capabilities and management plan are more important than the combined quality assurance plan, past performance, and price. Quality assurance plan, past performance, and price are equally important to each other. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a hybrid Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. FFP shall be established for Mailbox services only (CLIN 0001AB). Because the Government is uncertain of the delivery and quantities (IDIQ) of the remainder of the Contract Line Items Numbers (CLINs), these items will reflect a unit price per each service, with a not to exceed (NTE) amount. (End of clause) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $25.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $2,700.00; (2) Any order for a combination of items in excess of $64,800.00; or (3) A series of orders from the same ordering office within 365 days (366 days on a leap year) that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 INDEFINITE QUANTITY. (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum". (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2005. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in 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 3 days before the contract expires. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 3 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) INVOICING PROCEDURES ELECTRONIC (USMC May 2004) In compliance with DFARS 252.232-7003, "Electronic Submission of Payment Request (March 2003)", the United States Marine Corps (USMC) utilizes WAWF-RA to electronically process vendor request for payment. The contractor is required to utilize this system when processing invoices and receiving reports under this contract. The contractor shall (i) ensure an Electronic Business Point of Contract is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available at the https://wawf.eb.mil The USMC WAWF-RA point of contact for this contract is --------- and can be reached at ------- or email: -------------. The contractor is directed to use the ?2-in-1? format when processing invoices and receiving reports. When entering the invoice into WAWF-RA enter in the following fields these DoDAAC or DoDAAC extensions: ?Issue by DoDAAC? field enter: M00264 ?Admin DoDAAC? field enter: M00264 Payment DoDAAC? field enter M67443 ?Ship to Code/ EXT? field enter M00084 (The acceptor?s DoDAAC). ?Inspect By DoDAAC/ EXT? fields LEAVE BLANK ?LPO DoDAAC/ EXT? fields enter LEAVE BLANK In some situations WAWF-RA system will pre-populate the ?Issue By DoDAAC?, ?Admin DoDAAC? and ?Payment DoDAAC?. Contractor shall verify these DoDAACs automatically entered by the WAWF-RA system match the above information. If these DoDAACs did not match then the contractor shall correct the field(s) and notify the contracting officer of the discrepancy (ies). Step by step WAWF-RA invoicing procedures for ?Combo? or ?2-in-1? are available at USMC paperless site http://www.marcorsyscom.usmc.mil/sites/pa/ under ?Vendor Interface? section. On the Vendor interface page click on ?WAWF-RA? header at the top of the page. Under downloads on the WAWF-RA page that appears click the appropriate document either ?Combo? or ?2in 1? to download the instructions. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on ? Send More Email Notification? on the page that appears. Add the acceptor?s/receiver?s email address -------(Note this address is their work email address not their WAWF-RA organizational email address) in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. (End of clause) REFER TO UPLOADED FILE FOR COMPLETE COMBINED SYNOPSIS/SOLICITATION INFORMATION
 
Record
SN00634203-W 20040801/040730212922 (fbodaily.com)
 
Source
FedBizOpps.gov 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.