SOLICITATION NOTICE
V -- Courier Services for daily deliveries between OPM Boyers PA, and OPM Washington DC
- Notice Date
- 10/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- OPM049-07-R-00004
- Response Due
- 11/17/2006
- Point of Contact
- Joy Christie, Contract Specialist, Phone 202-606-4215, Fax 202-606-3201,
- E-Mail Address
-
joy.christie@opm.gov
- 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 the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number OPM049-07-R-0004 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. This is an unrestricted acquisition. The NAICS/Small Business Size standard is 492210/$23.5M. This acquisition will result in a Firm Fixed-Price (FFP)/EPA purchase order with a base and two option periods, utilizing simplified commercial acquisition procedures under full and open competition. No changes to the purchase order are authorized unless issued by a Government Contracting Officer. The requirement is for daily courier service between the Office of Personnel Management (OPM) Federal Investigation Service Division (FISD) and the Center for Retirement and Insurance Service (CRIS) located in Boyers, PA, the OPM Washington D.C., OPM Fort Meade, MD facilities, and the Pittsburgh tele-service facility, Pittsburgh, PA. INTRODUCTION AND OVERVIEW The Federal Investigative Service Division (FISD) is a department under the Office of Personnel Management Investigation Service. The Federal Investigative Service Division is responsible for conducting background investigations on employees of the Federal Government. A steady stream of documentary correspondence between Boyers, PA, Washington, DC and Ft. George Meade, MD is essential in maintaining the smooth running operations of all facilities. Timely and expeditious courier service between the three facilities is vital for FISD s overall mission. The Center for Retirement and Insurance Services (CRIS) which is part of the Office of Personnel Management (OPM) maintains an office in Boyers, PA and Washington, DC. CRIS is responsible for the initial processing of retirement, death claims, and final storage of all federal civil service retirement and insurance related records. A steady stream of documentation between Boyers, PA and Washington, DC facilities is essential in maintaining the smooth running operation of both facilities. A breakdown in this chain of correspondence could drastically incapacitate both the CRIS and FISD facilities. The contractor shall provide dependable, secure, accountable and timely courier service as identified by each Contract Line Item Number (CLIN) as listed. BASE PERIOD, PERIOD OF PERFORMANCE JANUARY 1, 2007 THROUGH SEPTEMBER 30, 2007: CLIN 0001 ROUND TRIP SERVICE between CRIS and the FISD, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000 and OPM FISD, Personnel Investigations Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: 250 Trips per year.* CLIN 0002 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between the CRIS Division, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, Personnel Investigation Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: Upon request only. CLIN 0003 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between the CRIS and the FISD, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000. ESTIMATED QUANTITY: Upon request only. CLIN 0004 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000 and OPM FISD, Personnel Investigations Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: Upon request only. CLIN 0005 ADDITIONAL SERVICE between the locations at CLIN 0004 and Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA 15119. ESTIMATED QUANTITY: 10 Trips per year.* CLIN 0006 MILES PER GALLON (MPG) Contractors shall submit mileage for each route. The mileage of each route multiplied by the number of trips completed, divided by the MPG, will determine the quantity of fuel subject to any EPA. The US Department of Energy field index for the Central Atlantic Region will be utilized in calculating an EPA. The website is: http://tonto.eia.doe.gov/oog/info/gdu/gasdiesel.asp. The prevailing fuel index on the date of award shall be the initial index. EPAs will be calculated and processed quarterly, with the prevailing fuel index at the end of the quarter being used to calculate the index at the beginning of the subject quarter. The calculation could result in increases or decreases in the price adjustment for fuel. OPM will compensate the contractor for any calculated increases in fuel costs and the contractor would either, at OPM s discretion, pay OPM or issue a credit to OPM for any decreases in fuel costs. The Contracting Officer will make the final determination of which method of consideration the contractor will provide OPM for decreased fuel adjustments. CLIN 0007 FUEL, DIESEL/GASOLINE. OPTION PERIOD ONE, PERIOD OF PERFORMANCE OCTOBER 1, 2007 THROUGH SEPTEMBER 30, 2008: CLIN 1001 ROUND TRIP SERVICE between CRIS and the FISD, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000 and OPM FISD, Personnel Investigations Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: 250 Trips per year.* CLIN 1002 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between the CRIS Division, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, Personnel Investigation Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: Upon request only. CLIN 1003 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between the CRIS and the FISD, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000. ESTIMATED QUANTITY: Upon request only. CLIN 1004 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000 and OPM FISD, Personnel Investigations Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: Upon request only. CLIN 1005 ADDITIONAL SERVICE between the locations at CLIN 0004 and Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA 15119. ESTIMATED QUANTITY: 10 Trips per year.* CLIN 1006 MILES PER GALLON (MPG) Contractors shall submit mileage for each route. The mileage of each route multiplied by the number of trips completed, divided by the MPG, will determine the quantity of fuel subject to any EPA. The US Department of Energy field index for the Central Atlantic Region will be utilized in calculating an EPA. The website is: http://tonto.eia.doe.gov/oog/info/gdu/gasdiesel.asp. The prevailing fuel index on the date of award shall be the initial index. EPAs will be calculated and processed quarterly, with the prevailing fuel index at the end of the quarter being used to calculate the index at the beginning of the subject quarter. The calculation could result in increases or decreases in the price adjustment for fuel. OPM will compensate the contractor for any calculated increases in fuel costs and the contractor would either, at OPM s discretion, pay OPM or issue a credit to OPM for any decreases in fuel costs. The Contracting Officer will make the final determination of which method of consideration the contractor will provide OPM for decreased fuel adjustments. CLIN 1007 FUEL, DIESEL/GASOLINE. OPTION PERIOD TW0, PERIOD OF PERFORMANCE OCTOBER 1, 2008 THROUGH SEPTEMBER 30, 2009: CLIN 2001 ROUND TRIP SERVICE between CRIS and the FISD, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000 and OPM FISD, Personnel Investigations Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: 250 Trips per year.* CLIN 2002 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between the CRIS Division, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, Personnel Investigation Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: Upon request only. CLIN 2003 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between the CRIS and the FISD, 1137 Branchton Road, Boyers, PA 16018 and OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000. ESTIMATED QUANTITY: Upon request only. CLIN 2004 (SERVICE INCLUDED IN ROUND TRIP of CLIN 0001) between OPM FISD, 1900 E Street, NW, Room 5416, Washington, D.C. 20415-4000 and OPM FISD, Personnel Investigations Center, 601 Tenth Street, Suite 200, Fort Meade, MD 20755. ESTIMATED QUANTITY: Upon request only. CLIN 2005 ADDITIONAL SERVICE between the locations at CLIN 0004 and Pittsburgh Tele-Service Center, 1425 Forbes Avenue, Pride Building 4th Floor, Pittsburgh, PA 15119. ESTIMATED QUANTITY: 10 Trips per year.* CLIN 2006 MILES PER GALLON (MPG). Contractors shall submit mileage for each route. The mileage of each route multiplied by the number of trips completed, divided by the MPG, will determine the quantity of fuel subject to any EPA. The US Department of Energy field index for the Central Atlantic Region will be utilized in calculating an EPA. The website is: http://tonto.eia.doe.gov/oog/info/gdu/gasdiesel.asp. The prevailing fuel index on the date of award shall be the initial index. EPAs will be calculated and processed quarterly, with the prevailing fuel index at the end of the quarter being used to calculate the index at the beginning of the subject quarter. The calculation could result in increases or decreases in the price adjustment for fuel. OPM will compensate the contractor for any calculated increases in fuel costs and the contractor would either, at OPMs discretion, pay OPM or issue a credit to OPM for any decreases in fuel costs. The Contracting Officer will make the final determination of which method of consideration the contractor will provide OPM for decreased fuel adjustments. CLIN 2007 FUEL, DIESEL/GASOLINE. The contractor shall have a Quality Control Plan (QCP) in place to ensure quality performance of services. The QCP shall be submitted with and evaluated as part of the RFQ. The award will be based on Best Value to the Government, which includes priced and non-priced factors. The Government reserves the right to award to other than lowest price quoter if determined to be in the best interest of the Government. *Note: The contractor will use CLIN 0001 services on each business day, CLIN 0005 services are by request only from CIRS. The other service CLIN items 0002, 0003 and 0004 will be utilized on request by OPM and with the approval of the Contracting Officer. The contractor will pickup and deliver to each location (Boyers PA, Ft Meade MD, and Washington DC facilities) daily (business days), with an additional stop at Pittsburgh, PA, if requested. The contractor shall accomplish deliveries within the confines of the normal working hours for these facilities. The contractor will have discretion on the best feasible routes between facilities for on time deliveries and pickups subject to approval by OPM. There may be situations that will require pickup to be delayed. The contractor and OPM contact officials will arrange scheduling of any delayed pickups. The courier service will be provided every weekday, except the 10 federal holidays. Furthermore, there may be occasions that require delivery on a holiday, weekend, or times other than normal hours of operation, when no employee(s) are available to receive the delivery. On those occasions delivery arrangements will be made to allow for drop-off at an OPM secure holding area. Absolutely at no time and under no circumstances will the contractor leave OPM material unattended while in their possession. The contractor may not provide this service in conjunction with other existing contracts or deliveries and at no time should material being delivered for OPM be transported with material from other agencies or companies. The usual freight from the Federal Investigative Service Division offices would be approximately (20) footlocker type trunks which are roughly (3) cubic feet each, locked, weighing approximately (40) pounds each, but could be as much as (80) pounds. The contents of the locker type trucks would consist of paper, magnetic tape, equipment, etc. Some freight from the Federal Investigative Service Division may also be in sealed boxes. The usual freight from the Center for Retirement and Insurance Services is estimated to be fifty (50) boxes or 100 cubic feet, which weigh an estimated (40) pounds each or 2,000 pounds in total for usual heavy shipping days. The workload/volume is subject to change with little notice. The Federal Investigative Service Division and Center for Retirement and Insurance Services will attempt to provide advance notice to the contractor. TRANSPORT VEHICLE (TV) The Contractor must ensure their TVs are secure in a manner to protect sensitive but unclassified materials from theft or destruction. TVs must be above average in reliability, safety, and energy efficiency for TVs in their class. TVs that are vans must have their cargo compartment separated from the cab by 16-gauge steel mesh or steel grating. Cargo doors must be secured with at least two high-security locking devices. Additionally, TVs must be minimally equipped with the following: Two-way mobile radio or cellular telephone communications. Lockable passenger compartment cab. AM/FM radio. Hidden fuel shut-off valves. Auxiliary ignition switches, or other disabling devices. The contractor must submit a detailed description and VIN number of the TV(s) they plan to use for the courier service along with their proposal. TV s are required to be in compliance with State inspection laws Please note; photographic equipment and camera cellular phones are prohibited within the Boyers, PA Facility. OPM will provide security appraisals to ensure TVs are acceptable. In addition, the TVs shall not be larger than 12 feet 6 inches high and 40 feet long. Trucks exceeding this size can not access loading docks. Only OPM may grant one-time authority to use a temporary ?closed-type? replacement vehicle to prevent mission degradation. Contractor and Delivery Driver Responsibilities The Contractor s driver shall be responsible for loading and unloading at origin and destination and must be insured and bonded. Furthermore, the Contractor must have an OPM approved plan to secure the Governments information in case of unforeseen circumstances (i.e. ? breakdowns or accidents) while en route between the OPM facilities. The Contractor must disseminate the plan to and ensure it is used by its drivers. Background Investigations All drivers, personnel, and passengers in the delivery vehicle(s) who could/would handle the freight must pass the appropriate level OPM approved background investigation. The cost associated with all contractors background investigation(s) shall be incurred by the contractor. The contractor must submit the properly completed background investigation paperwork, Standard Form 86, and fingerprint cards for each proposed driver with their proposals to enable OPM to schedule the appropriate background investigations prior to the contract award. The ability to provide names and identification information on potential cleared drivers already possessing a clearance will be a significant evaluation factor. SECURITY OF OPM DOCUMENTS, CORRESPONDENCE AND MATERIALS Absolutely at no time and under no circumstances will the contractor leave OPM material unattended while in their possession. Contractor must adhere to OPM s procedures for safeguarding documents, correspondence and material. CONTACTS The contractor must establish a contact with each delivery and pick up location. They will serve as the main points of contact during unexpected circumstances such as an unanticipated federal holiday, inclement weather, accidents, breakdowns, etc. SECURITY REQUIREMENTS FOR CONTRACTOR PERSONNEL OPM is responsible for the protection for all investigative materials received, distributed, or retained by the Federal Investigative Service Division (FISD). To ensure fulfillment of this responsibility, OPM requires their Contractors to adhere to all policies and procedures specified in the OPM-FISD Security Manual and the National Industrial Security Program Operating Manual (NISPOM). As specified in the NISPOM, contractors must also be compliant with our security agency s requirements, currently the Department of Energy, including the Foreign Ownership, Control, or influence requirements for companies handling national security work. The Contractor must be in complete compliance with all security requirements prior to starting work under this contract and must maintain compliance throughout the life of the contract. OPM will review appropriate documentation to determine compliance. All contractor employees working under this contract must be citizens of the United States of America, cannot hold dual citizenship, and must have a completed, current investigation that qualifies them for a clearance at the secret level. The investigation must be adjudicated favorably by the OPM-FISD Security Officer prior to the contractor employee working under this contract. The contractor s drivers will be issued appropriate picture identification. Such identification must be in their possession at all times when handling OPM lockboxes and/or investigative materials. Additionally, the picture identification must be worn on the employee s person, above the waist, at all time when in a Government facility. OPM may require the contractor to remove individuals from work on this contract, at any time, as a result of individual security violations. If at any time during contract performance it is determined that the contractor is not in full compliance with the security requirements of this contract, the Government may immediately suspend or revoke performance under this contract. Any work suspension resulting from a security lapse will not be subject to reasonable adjustments and all costs incurred will be borne by the contractor. INSURANCE The contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the contractor s vehicles or other equipment by, or the action of, the contractor or the contractor s employees and agents. The government shall in no way be liable for the contractor s action under this contract. The contractor, at the contractor s expense, shall maintain adequate public liability and property damage insurance during the continuance of this contract, insuring the contractor against all claims for injury or damage. The cost of repairing any property damage caused by the contractor will be deducted from the contractor s invoice; it will be the contractor s responsibility to file claims with its This combined synopsis/solicitation incorporates in full force Wage Determination Rate (WDR) 2005-2103 REV (1) dated 8/22/2006. The provision at FAR 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006) is applicable and is addended as follows: rate FAR 52.252-1 Solicitation Provisions Incorporated by Reference is incorporated, address http://arnet.gov/far. The provision at FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) is applicable; award will be based on Best Value to the Government, which includes Technical, Past Performance, and Price. The Government intends to make a single award to the responsive and responsible quoter whose quote is the most advantageous to the Government. Quoters are instructed to submit completed copies with the quote of FAR Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006). Include CCR, DUNS, CAGE CODE AND TAX ID numbers with the quote. FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005) applies to this acquisition and is addended to incorporate the following clauses: 52.252-2 Clauses Incorporated by Reference, address http://arnet.gov/far. The FAR Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2006) applies to this acquisition and the following additional FAR Clauses cited within the clause also apply: 52.216-18 Ordering (OCT 1995); 52.216-19 Order Limitations (OCT 1995); 52.222-3 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-22 Previous Contracts and Compliance Reports (FEB 1999); 52.222-26 Equal Opportunity (APR 2002); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era ( SEP 2006); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (SEP 2006); 52.224-01 Privacy Act Notification (APR 1984); 52.224-02 Privacy Act (APR 1984); 52.228-05 Insurance - Work On A Government Installation (JAN 1997); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); 52.232-18 Availability Of Funds (APR 1984); 52.232-19 Availability Of Funds For The Next Fiscal Year (APR 1984); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-03 Continuity of Services (JAN 1991); 52.222-41 Service Contract Act of 1965, as Amended (JUL 2005); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) Driver (Blue Collar) $17.62; and 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (MAY 1989); 52.223-10 Waste Reduction Program (Aug 2000). FAR Clause 52.217-8 Option to Extend Services (NOV 1999) 30 days and 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 30 days are hereby incorporated. The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this acquisition. All questions MUST be submitted not later than 12:00 PM EST, November 3, 2006. Submit questions to Office of Personnel Management, Attn: Rodney-Daryl Jones, Rodney-daryl.jones@opm.gov. ATTACHMENT 2 To obtain a copy of the TABLE FOR PRICING for the Courier Services RFQ - OPM049-07-R-0004 please submit your requests BY EMAIL to: Office of Personnel Management, ATTN: Rodney-Daryl Jones, rodney-daryl.jones@opm.gov. Quotations are due not later than 11:00 AM EST, November 17, 2006. All responsible sources may submit a quotation, which will be considered by the Agency. Submit quotations to Office of Personnel Management, MSD/CCFAS, ATTN: Contracting Group, Joy Christie, 1900 E Street, NW, Washington, D.C. 20415-0001.
- Place of Performance
- Address: Center for Retirement and Insurance Services (CRIS) and, Federal Investigative Service Division (FISD),, 1137 Branchton Road, Boyers, PA 16018, ,
- Zip Code: 16018
- Country: UNITED STATES
- Zip Code: 16018
- Record
- SN01172346-W 20061029/061027220927 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |