Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

R -- Publications Storage and Distribution Services,National Park Service,National Trails System Office

Notice Date
2/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - MABO - Santa Fe Major Acquisition Buying Office P.O. Box 728 Santa Fe NM 87504
 
ZIP Code
87504
 
Solicitation Number
N7700100013
 
Response Due
2/16/2010
 
Archive Date
2/1/2011
 
Point of Contact
Kelvin J. Smalls Contract Specialist 5059886083 kelvin_smalls@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The solicitation number is Q1500103004, and the solicitation is issued as a Request for Quotation. The NAICS code is 493190; the associated small business size standard is $25.5 million. This solicitation will result in the award of a firm fixed price contract to the vendor determined to be responsive and responsible, and whose offer provides the best value to the government. This solicitation is a Total Small Business Set-Aside. The successful vendor must be electronically registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). The resulting contract shall consist of a base performance period that shall run from March 1, 2010 through February 28, 2011, and four option years, if exercised. This solicitation will be used to determine pricing for the services required. Pricing charged to the Government shall be as low as, or lower than the unit price charged the contractor's most favored customer for comparable services under similar terms and conditions. It is the intent of the National Park Service to award a firm-fixed-price contract to the selected vendor. The resulting contract shall consist of a base performance year, and four option years, if any are exercised. STATEMENT OF WORK A. SUMMARY DESCRIPTION OF WORK: The National Park Service (NPS), National Trails System office in Salt Lake City (NTIR-SL), is seeking a local contractor to receive, store, distribute, and inventory its publications and other printed paper products. In general the services required include, but are not limited to storage of multiple printed products, shipping / distribution services of those products to locations primarily between the Midwestern states of Missouri and Illinois to the Pacific coast states of Washington, Oregon, and California, and providing monthly inventory levels and invoicing the NPS for shipping and storage. Shipping destinations may include state travel and tourism centers, interpretive, and museum centers, etc. The contractor may also be responsible for the initial transfer of all existing stocks from its current storage location to the new storage facility. The successful offeror must perform all required services from a facility in the local Salt Lake City area (84111 zip code), in order to allow local NPS personnel ready access to the facility and stored materials. B. HISTORICAL DATA AND ESTIMATED FUTURE QUANTITIES1. Our current inventory consists of approximately 2,281 boxes of printed products stored in Salt Lake City. Typically the on-site inventory will consist of approximately ten to eleven different types of printed products totaling varying from 2,500 to 4,000 boxes at one time. The boxes of various products will weigh approximately 30 to 45 pounds. 2. It is anticipated that within the next few months a new printed product will be added to the inventory bringing the list to a total of eleven products and estimated additional 1,000 to 1,200 boxes to the warehouse inventory. 3. Inventory products generally arrive palletized, and in cardboard shipping boxes. Each pallet usually contains 100 to 300 boxes. A box may contain as many as 500 printed items, or as few as 100 items. 4. The volume of Orders for shipping these materials will vary from month to month, and season to season. Spring, summer and fall are the peak months of activity. Order sizes generally vary from a single box of a product type, to as many as ten boxes of various product types. In 2008, 570 boxes of material were distributed and in 2009 as many as 872 were shipped. Estimated monthly distribution quantities are as follows: a. March through October ---------------- 100 boxes b. November through February ---------- 25 boxes c. Based on monthly costs during the 2009 contract year, and allowing for the addition of one or two new printed products to be added to the inventory for 2010, the government estimates costs for the required services to be between $2,000.00 and $3,000.00 per month. C. SPECIFIC REQUIREMENTS AND SERVICES:1. Receipt: The contractor shall receive and accept bulk shipments of publications and brochures on behalf of NTIR-SL, and will store and maintain all stocks in an organized fashion in the warehouse. All equipment for receipt and delivery of printed products should be provided by the contractor and available on the warehouse premises. Upon receipt of new product shipments or other materials, the contractor will inventory the shipment received, verify that all boxes are accounted for, add the new product to the inventory list, and notify NTIR-SL within one to three business days of receipt of the shipment. Notification should include; the product title, the total number of boxes received, and if applicable, the number of damaged boxes. 2. Storage: The contractor is required to store/warehouse all delivered NTIR-SL printed products. The contractor shall be able to accommodate at least 5000 boxes of varying dimensions e.g. 18 x 12 x 7, 20 x 8 x 6, 11 x 9 x 12, and 18 x 12 x 5. All printed products and materials shall be stored in a cool, dry, insect free environment in order to prevent damage to inventory stocks. 3. Distribution: Orders / requests for shipment of these printed products will come from NTIR-SL. Shipments will be to various trail related interpretive centers, museums, state travel and tourism centers, partner organizations, National Park Service areas, and other federal offices, etc. NTIR-SL shall provide order details and shipping addresses to the contractor. Once an order is placed: a. The contractor is required to ship the order to the designated location within one to three business days, unless directed by NTIR-SL that a shipment needs to be shipped immediately by the fastest means possible.b. The contractor shall provide NTIR-SL a tracking number for verification of shipment and delivery. 4. Inventory: The contractor will be required to provide NTIR-SL with a current and accurate publication product inventory once a month. The inventory report shall include:a. A list of all NTIR-SL publications stored in the warehouse and their respective publication numbers, if any.b. The number of boxes remaining for each publication product.c. The quantity per box of each product.d. A total remaining balance for each product.e. The skid number or other location identifier for each publication. 5. Relocation of Current Stocks: Currently, NTIR-SL has approximately 2,280 boxes of stock stored at its storage facility in Salt Lake City, UT, 84111). The contractor shall be responsible for packing, palletizing, and relocating all existing stocks and materials to the new storage facility. It is strongly recommended that prospective bidders conduct a site visit at the current storage location, in order to properly address and account for unique site conditions that may impact the removal of current stocks. 6. Location of Work: Work will be performed at the warehouse / storage facilities of the selected contractor. 7. Performance Period: One year from date of award - target start date is March 01, 2010 with four one-year options. D. PROPOSED PERIOD OF PERFORMANCE: The Anticipated performance period for this contract is as provided below: Base Year ------------------------- March 1, 2010 through February 28, 2011Option Year 1 -------------------- March 1, 2011 through February 28, 2012 (If Exercised)Option Year 2 -------------------- March 1, 2012 through February 28, 2013 (If Exercised)Option Year 3 -------------------- March 1, 2013 through February 28, 2014 (If Exercised)Option Year 4 -------------------- March 1, 2014 through February 28, 2015 (If Exercised) E. PRICING METHOD / CONTRACT TYPE: Firm Fixed Price. F. PROPOSAL INSTRUCTIONS: All cost and pricing data must be submitted using the format of the attached bid schedule. All information requested on the bid schedule must be provided. Failure to submit a bid schedule that does not provide all requested information, in the format requested will result in a "non-responsive" determination for the offeror. G. RESPONSE DUE DATE: Proposals are due no later than 4:00 PM MST on February 16, 2010. H. EVALUATION FACTORS / CRITERIA:Past Performance / Experience and Price are equal in importance for determining the offeror whose proposal provides the best value to the government. Offerors shall provide all cost and pricing data requested on the contract bid schedule. Since price is a significant evaluation factor and discussions are not planned, contractors are strongly encouraged to provide their best pricing with their initial offer. The contractor's offer shall include firm-fixed-pricing for annual storage, handling, and shipment of orders based on the data provided in section B. 1. Past Performance / Experience: The contractor must demonstrate recent successful experience in managing similar contracts or related work of comparable complexity. The government is seeking to determine whether the contractor has consistently demonstrated a commitment to customer satisfaction and timely delivery of high quality products and services. The contractor must submit a list and description of comparable contracts completed during the past five years and all contracts currently in progress that are similar in nature to the services requested in this Statement of Work. In addition, the contractor shall include the name and telephone number of the technical point of contact for each submitted contract. The references provided by the contractor may be contacted to assess the contractor's (1) record of conforming to the requirements of the contract (2) adherence to contract schedules, including administrative aspects of performance; (3) reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and (4) record of controlling and forecasting costs. The evaluation will be based on information obtained from references provided by the contractor, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the contractor concerning problems encountered and corrective actions taken. The Government will consider the currency and relevance of the information, source of information, context of the data, and general trends in the contractor's performance. 2. Price: The contractor's offer shall include firm-fixed-pricing for annual storage, handling, and shipment of orders based on the data provided in section B. Pricing data shall be submitted using the provided bid schedule. Clauses / Provisions: The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.222-50 Combating Trafficking in Persons; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Representation; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965; 52.222-43 Fair Labor Standards Act and Service Contract Ace-Price Adjustment (Option Year). For the full-text version of these provisions, please use the following Internet link: http://www.arnet.gov/far. The Wage Determination Decision for this contract is No: 2005-2532, Revision 9, dated 06/10/2009. BID SCHEDULE Bid Item #1: Base Year - March 1, 2010 through February 28, 2011Storage, Handling & Shipment of Materials & OrdersDirect Labor$Material Costs$Equipment Costs$Overhead & Profit$Annual Total:$ Bid Item #2: Option Year 1 - March 1, 2011 through February 28, 2012Storage, Handling & Shipment of Materials & OrdersDirect Labor$Material Costs$Equipment Costs$Overhead & Profit$Annual Total:$ Bid Item #3: Option Year 2 - March 1, 2012 through February 28, 2013Storage, Handling & Shipment of Materials & OrdersDirect Labor$Material Costs$Equipment Costs$Overhead & Profit$Annual Total:$ Bid Item #4: Option Year 3 - March 1, 2013 through February 28, 2014Storage, Handling & Shipment of Materials & OrdersDirect Labor$Material Costs$Equipment Costs$Overhead & Profit$Annual Total:$ Bid Item #5: Option Year 3 - March 1, 2014 through February 28, 2015Storage, Handling & Shipment of Materials & OrdersDirect Labor$Material Costs$Equipment Costs$Overhead & Profit$Annual Total:$ CUMULATIVE TOTAL FOR FIVE CONTRACT YEARS: $ Offers will only be accepted via email. Please submit offers to: Kelvin J. Smalls, Contracting Specialist, NPS Intermountain Region Email: kelvin_smalls@nps.gov Telephone: (505) 988-6083 Contracting Office Address: National Park Service - Intermountain RegionSanta Fe MABO1100 Old Santa Fe TrailSanta Fe, NM, 87505 Place of Performance: Salt Lake City, UT, 84111 Local Area Point(s) of Contact: Teresa Bichard (801) 741-1012, x119Chuck Milliken (801) 741-1012, x116
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N7700100013/listing.html)
 
Place of Performance
Address: Salt Lake City, UT
Zip Code: 84111
 
Record
SN02054693-W 20100203/100201235107-5c680f3a2138fd8fca28f7c33bd570f5 (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 |
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.