SOLICITATION NOTICE
W -- W-Rental of Refrigerated & Dry Trailers
- Notice Date
- 9/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HDEC05-07-T-0086
- Response Due
- 9/17/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation No.: HDEC-05-07-T-0086 Response Date: September 17, 2007 POC: Luz Rayel Fax: 804-734-8669, Phone: 804-734-8660 Places of Performance: Patrick AFB, FL 32925; SouthCom, Miami, FL 33172 100% Small business set-aside Classification Code: W FSC Code: W023 NAICS Code: 532120 SIC Code: 7519 Size Standard: $23.5 million Description: Rental of Refrigerated & Dry Trailers A) This is a combined synopsis and solicitation for commercial items (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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05-07-T- 0086 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-15, DFARS Change Notice 20070426, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2006 Edition. D) For information purposes the Standard Industrial Classification Code is 7519. The North American Industry Classification systems (NAICS) code is 532120. The Size standard is $23.5 million. E) Contract Line Item Numbers (CLINS) ? Provide Pricing in the following format (Address & Periods of Performance are shown in Paragraph F): CLIN 0001: Contractor shall provide all labor, drivers, tools, materials, and transportation for the rental of refrigerated and dry trailers as addressed in the Statement Of Work to support the SouthCom Case Lot Sale in Miami, FL. The SouthCom Case Lot Sale will be hosted by the Patrick AFB Commissary (Patrick AFB, FL). Performance Period: September 25, 2007 - October 8, 2007 DESCRIPTION: COST: TOTAL: RENTAL: (3) 48? Diesel Refrigerated trailers. Total : 14 days rental Sep 25, 2007 - Oct 8, 2007 DAILY RENTAL RATE (per trailer): $_________ $ _________ RENTAL: (4) 53? Dry trailers Total : 14 days rental Sep 25, 2007- Oct 8, 2007 DAILY RENTAL RATE (per trailer): $ _________ $ _________ *OPTIONAL RENTAL (3) 53? Dry trailers as addressed in the Statement Of Work. Total: 2 days rental Oct 7- 8, 2007 DAILY RENTAL RATE (per trailer): $ __________ $__________ DIESEL FUEL FOR TRAILERS: Refrigerated trailers will be topped off with fuel as addressed in the Statement of Work. 300 gallons total for 3 refrigerated trailers. PRICE PER GALLON: $ __________ $ __________ MILEAGE: Transporting of trailers. MILEAGE: _____ miles PER MILE RATE: $ __________ $ __________ LODGING PER DIEM: The Government will not pay for the empty back haul of tractors used for trailers H,I & J. See Statement of Work. Total: 3 Nights PER DIEM RATE: $ __________ $ __________ TOLLS: Transporting of trailers $ __________ $ __________ F) The services to be provided shall be for Refrigerated and Dry Trailer Rental at the, commissary located at the address reflected in the Statement of Work below. The period of performance is also shown in the Statement of Work below: G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors ? Commercial Items Quotes shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; E-MAIL OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE and FAX NUMBERS of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotations must be SIGNED. Quotation shall include a STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 30 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes after the exact time specified for receipt WILL NOT be considered (except in accordance with paragraph f of FAR 52.212-1) . The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest priced quote which meets the requirement specified herein. This is a 100% small business set-aside procurement. All responsible sources may submit a quote which shall be considered. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 ALT 1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Nov 2006)(as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions ? Commercial): 1) STATEMENT OF WORK Refrigerated and Dry Trailers in Support of DECA?s SOUTHCOM Case Lot Sale October 3 - 6 2007 Places of Performance: Patrick AFB Commissary 1225 South Patrick Drive Patrick AFB, FL 32925 Ronald W. Rogers/Store Director Clay Best/ Grocery Manager Phone (321) 494-5841 Ext 3026/3019 US Southern Command (SOUTHCOM) 3511 NW 91st Ave Miami, FL POC: Bruce Evenson (305) 437-2658, FAX (305) 437-2631 Basic Requirement: Provision of hauling trailers to support SOUTHCOM Case Lot Sale 3 Diesel Refrigerated Trailers (For Duration) Trailers A,B,E. 4 Dry Trailers, Trailers C,D,F,G. 3 Additional Dry Trailers if needed for backhaul of product, Trailers H,I,J. Contractor shall provide all labor, driver tools, materials and transportation necessary for the rental of dry and refrigerated trailers to support the SOUTHCOM case lot sale. * Contractor shall include 24 hour/7 day a week emergency response on refrigerated units. Patrick Commissary will host the SOUTHCOM CASE LOT Sale in Miami. The dates of the sale are OCT 3 -OCT 6, 2007. Contractor must communicate with the Patrick Store Director before making any changes of trailer sizes. Trailers used must be neat, free of debris and in good working order. Refrigerated trailers will come full of fuel and the government will fuel during the operation at the case lot location and then the contractor will top off at the end of the contract. 1) 25 SEPT 2007 NLT 0800 DELIVER two 48? (or Larger) Refrigerated Trailers to Commissary, 1225 South Patrick Drive, Patrick AFB. (Trailers A & B- Not Running) 2) 27 SEPT 2007 NLT 1000 DELIVER two 48? (or Larger) Dry Trailers to Commissary, 1225 South Patrick Drive, Patrick AFB (Trailers C & D) 3) 27 SEPT 2007 NLT 0800 PICK UP AND DELIVER TWO 48? Refrigerated Trailers(A & B) from Patrick AFB to SOUTHCOM (East parking lot ,3511 NW 91ST Ave, Miami FL) NLT 1400 hrs 4) NLT 1400 hrs on 28 SEPT PICK UP TWO 53?Dry (C&D) from Patrick AFB and Deliver to Miami. 5) NLT 0800 29 SEPT 2007 DELIVER to Patrick AFB Commissary Trailer E (48? or larger-Refrigerated). This trailer should be ready to load. Temperature on trailer equals 0 degrees. 6) NLT 1200 1 OCT 2007 PICK UP AND DELIVER TRAILER E from Patrick AFB Commissary to Miami. 7) NLT 1200 5 OCT 2007 DELIVER TRAILER F & G (53?dry) TO MIAMI. 8) 7 OCT 2007 Will determine if more trailers are needed (will call contractor). 9) 8 OCT 2007 NLT 0800 DELIVER Extra Trailers to Miami. 10) 8 OCT 2007 Pick up trailers A,B,C,D,E,F,G FROM MIAMI DELIVER TO PATRICK AFB. Trailers can be unloaded between 0530-1300 Hrs. *CONTRACTOR IS REQUIRED TO MAKE AFFIRMATIVE STATEMENT THAT 24/7 EMERGENCY RESPONSE IS AVAILABLE. 2) Vendor shall coordinate the delivery and pickup of the refrigerated trailer(s) with store?s POC no later than 3 working days prior to start date and 3 working days prior to ending date of rental period. Rental period ends on the store?s requested pickup date regardless of actual pickup date unless a written modification is issued. 3) Vendor may bill monthly, from the first to last day of the month for all charges incurred during the prior month. The hourly run time charge may be billed one-time at completion of the last month of lease. 4) The vendor is responsible for providing 24-hour emergency on-site repair. Vendor repair personnel must be on-site within 2 hours of receipt of emergency call from store personnel. Repair must be either completed within 4 hours of initial receipt of emergency phone call or a substitute vehicle provided so as not to interrupt the mission. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.212-3 Convict Labor; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of t he Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.223-5 Pollution Prevention & Right-to-Know; FAR 52.223-12 Refrigeration Equipment and Air Conditioners; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Eletronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7023 Alt III Transportation of Supplies by Sea N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. 52.217-4505 FAR 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 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 prior to expiration of the contract performance period. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For private owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state, which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen?s Compensation: As required by law of the State of Florida (2) Employer?s Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer?s decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) Numbered note 1 (100% Small Business Set-Aside) applies to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 3:00 PM local time ON SEPTEMBER 17, 2007. S) The point of contact for this solicitation is Luz G. Rayel, 804-734-8660.
- Place of Performance
- Address: DeCA's Commissary located at Patrick AFB in Florida
- Zip Code: 32925
- Country: UNITED STATES
- Zip Code: 32925
- Record
- SN01403136-W 20070913/070911222659 (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 |