SOLICITATION NOTICE
W -- Tractor Refrigerated/Dry Trailer Rental
- Notice Date
- 5/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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, Virginia, 23801-1800
- ZIP Code
- 23801-1800
- Solicitation Number
- HDEC05-10-T-0085
- Point of Contact
- Melissa A Rios, Phone: 804-734-8000 x48680, Elaine M Kelley, Phone: 804 734 8000 x48247
- E-Mail Address
-
melissa.rios@deca.mil, elaine.kelley@deca.mil
(melissa.rios@deca.mil, elaine.kelley@deca.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 HDEC05-10-T-0085 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) 2005-40, DFARS Change Notice 20100430, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) The North American Industry Classification systems (NAICS) code is 532120. The Size standard is $25.5 million. E) Contract Line Item Numbers (CLINS) - Provide Pricing in the following format (Address & Periods of Performance are shown in Paragraph L - Statement of Work): CLINS (0001 - 1001AC): Contractor shall provide all labor, drivers, tools, materials, and transportation for the rental of refrigerated (freeze) and dry trailers as addressed in the Statement Of Work to support the Guard Reserve Offsite Sale for Redstone Arsenal Commissary, AL 35898-7210 to Birmingham ANGB, AL 35217-3517. Period of Performance: June 7, 2010 - June 15, 2010 CLIN 0001 June 7, 2010, 8:00 a.m.: Drop off trailers at Redstone Arsenal Commissary June 10, 2010, 9:00 a.m.: Pick up trailers from Redstone Arsenal Commissary and deliver to Birmingham ANG. May require two trips with dry trailer. June 13, 2010: Pick up trailers from Birmingham ANG and deliver to Redstone Arsenal Commissary (may require more than one back-haul per trailer). (Note: The contractor will be notified by telephone when the trailers are ready to return to Redstone Arsenal Commissary). Commissary personnel should take no more than 1 hour to unload the trailers. However, Redstone Arsenal Commissary may need to retain the trailers up to two days, which may extend performance through June 15, 2010. (Note: The contractor will be notified by telephone when the trailers are ready for final pickup). (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: tiny_mce_marker _______ x 10 days rental = tiny_mce_marker ________ (1) 53' Dry Trailer with Smooth Bed Total: tiny_mce_marker _______ x 10 days rental = tiny_mce_marker ________ ADDITIONAL RENTAL (1) Dry trailer as addressed in the Statement Of Work. Total: tiny_mce_marker ______ x 2 days rental = tiny_mce_marker ________ ADDITIONAL RENTAL (1) Refrigerated trailer as addressed in the Statement Of Work. Total: tiny_mce_marker ______ x 2 days rental = tiny_mce_marker ________ Period of Performance - October 4, 2010 - October 12, 2010 CLIN 1001AA (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: tiny_mce_marker ______ x 10 days rental = tiny_mce_marker ________ (Estimate) (1) 53' Dry Trailer with Smooth Bed Total: tiny_mce_marker ______ x 10 days rental = tiny_mce_marker _______ (Estimate) ADDITIONAL RENTAL (1) Dry trailer as addressed in the Statement Of Work. Total: tiny_mce_marker ______ x 2 days rental = tiny_mce_marker ________ (Estimate) ADDITIONAL RENTAL (1) Refrigerated trailer as addressed in the Statement Of Work. Total: tiny_mce_marker ______ x 2 days rental = tiny_mce_marker ________ (Estimate) Period of Performance - June 2011 (Exact Dates to be determined 30 days in advance.). CLIN 1001AB (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: tiny_mce_marker ________ x 10 days rental = tiny_mce_marker ________ (Estimate) (1) 53' Dry Trailer with Smooth Bed Total: tiny_mce_marker _______ x 10 days rental = tiny_mce_marker _________ (Estimate) ADDITIONAL RENTAL (1) Dry trailer as addressed in the Statement Of Work. Total: tiny_mce_marker _____ x 2 days rental = tiny_mce_marker ________ (Estimate) ADDITIONAL RENTAL (1) Refrigerated trailer as addressed in the Statement Of Work. Total: tiny_mce_marker _____ x 2 days rental = tiny_mce_marker ________ (Estimate) Period of Performance - October 2011 (Exact Dates to be determined 30 days in advance.). CLIN 1001AC (1) 53' Diesel Refrigerated (Freeze) Trailer with Smooth Bed Total: tiny_mce_marker ________ x 10 days rental = tiny_mce_marker ________ (Estimate) (1) 53' Dry Trailer with Smooth Bed Total: tiny_mce_marker _______ x 10 days rental = tiny_mce_marker _________ (Estimate) ADDITIONAL RENTAL (1) Dry trailer as addressed in the Statement Of Work. Total: tiny_mce_marker _____ x 2 days rental = tiny_mce_marker ________ (Estimate) ADDITIONAL RENTAL (1) Refrigerated trailer as addressed in the Statement Of Work. Total: tiny_mce_marker _____ x 2 days rental = tiny_mce_marker ________ (Estimate) F) The services are for Refrigerated (Freeze) and Dry Trailer Rental to support Guard Reserve Sales at Birmingham ANGB hosted by Redstone Arsenal Commissary (Addresses are reflected in SOW). 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 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 applies to this acquisition. L) Statement of Work STATEMENT OF WORK Truck and Trailer Rental Commissary: Redstone Arsenal Commissary Building 3224, Action Drive Redstone Arsenal, AL 35898-7210 POC: Alfred Crawford, 256-955-6622 ext 3140 Sale Location: Birmingham ANG 5701 E Lake Boulevard Birmingham, AL 35217-3517 The contractor shall provide: (1) Commercially licensed driver with a Valid CDL and current physical (within the last 12 months); (2) Tractor/truck with a valid Alabama license or permit and evidence of the requisite permits to operate the truck in the state of Alabama; (3) One 53-ft Dry Trailer with smooth bed; and (4) One 53-ft Refrigerated Trailer with smooth bed. The driver and tractor will be required to move trailers between the Redstone Arsenal Commissary to Birmingham ANG as follows: Drop off trailers at Redstone Arsenal Commissary Pick up trailers from Redstone Arsenal Commissary and deliver to Birmingham ANG. May require two trips with dry trailer. Pick up trailers from Birmingham ANG and deliver to Redstone Arsenal Commissary (may require more than one back-haul per trailer). (Note: The contractor will be notified by telephone when the trailers are ready to return to Redstone Arsenal Commissary). Commissary personnel should take no more than 1 hour to unload the trailers. However, Redstone Arsenal Commissary may need to retain the trailers up to two additional days. (Note: The contractor will be notified by telephone when the trailers are ready for final pickup). Items that will be contained in the trailer include but are not limited to: grocery household products (all-purpose cleaners, laundry, dish and aerosol containers), health and beauty care products, paper products, water, flavored water products, and other dry food products typically found in a grocery store. There will be no fresh meat hauled by this contractor. Additional items to be hauled by the contractor will also include check out equipment, pallet jacks and other material handling equipment used to off-load the food products; and pallet carts, grocery carts and other items deemed necessary by the government to conduct the special grocery sale. No propane will be required to be transported inside any trailer by the contractor. The government shall: (1) Check to ensure that the trailers are equipped with placards required by the state of Alabama to move the products identified in the trailers, are road safe, and have the valid license to operate in the state of Alabama; (2) Obtain and provide prior to departure all of the necessary paperwork indicating what is in each trailer, in enough detail to comply with applicable laws and regulations; and (3) Ensure that all reasonable efforts are made to reduce the wait time for entering and exiting the installations. The contractor shall: (1) Conduct a pre-trip inspection on each trailer when moved to ensure that the trailers are in a road safe condition. (2) Provide two forms of identification so that the necessary passes/entry to Redstone Arsenal and Birmingham ANG can be obtained for the vehicle and the driver along with any other base requirements for entry. In addition to the two forms of identification, the driver is required to provide registration for the tractor and proof of insurance on the tractor. The Redstone Commissary will provide copies of identification at each base designated entry point to ensure successful access. Contractor shall coordinate the delivery and pickup of the trailers with Redstone Arsenal Commissary Point of Contact (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. Contractor is responsible for providing 24-hour emergency on-site repair. Contractor 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. Refrigerated trailers will come full of fuel, the government will keep fueled during operation at the sale, and the contractor will top off at the end of the contract. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Representation; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Person; 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 Electronic 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; DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; 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 in accordance with FAR 52.215-5 Facsimile Proposals. 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 Center at 1-888-227-2423. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.217-4505 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. 52.228-4500 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 Alabama (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 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 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) There are no numbered notes applicable 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 May 14, 2010. S) The point of contact for this solicitation is Elaine Kelley, 804-734-8000, Ext 48247. ************************************************************************ ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS I. CHANGES: [(Reference Paragraph (c)] a. Unilateral Modifications The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data, or addition of funds. b. Bilateral Modifications Items may be added to or deleted from this contract at the option of the Government. Any replacement or additional items must be added to this contract prior to any service being performed on it. Addition and/or deletions of items will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. INVOICES: [(Reference Paragraph (g)] Invoices must contain the company name and address as it appears on the contract or in the remit to address and must contain, as a minimum, the following information: 1. Name and address of the contractor 2. Invoice date and invoice number 3. Contract/Purchase Order Number 4. Contract Line Item (CLIN) for the applicable commissary location 5. Description, quantity, unit of measure, unit price and extended price 6. Shipping and payment terms If, at any time during the performance of this contract, the company name changes or assets involving this service are sold to another company, the contract administration office must be notified prior to change of name or closing of sale to ensure actions required by the Federal Acquisition Regulation Part 42.12 are completed. Failure to notify this office in advance of the change may result in delay of payment. III. PAYMENT INFORMATION: [(Reference Paragraph (i)] The preferred method of payment for award is the Government Purchase Card (GPC) VISA credit card via an authorized Government credit card user. If your company can accept credit card payments, please provide the following: Contractor Point of Contact for credit card payments: ___________________________________ Phone Number: ____________________________ Fax Number: _____________________________ If GPC is the method of payment, upon receipt of the invoice from the contractor, an authorized government credit card user will provide a Credit Card Payment Authorization Form (by FAX) to the point of contact named above. The contractor is permitted to charge ONLY the amount authorized on the Credit Card Payment Authorization. The contractor is not permitted, under any circumstances, to charge any amount other than the amount authorized on the Credit Card Payment Authorization. No advance or automatic payments are authorized. The contractor will not be paid in excess of the amount set forth in the Schedule of Supplies/Services for the corresponding CLIN (Contract Line Item Number). For example, if CLIN 0001 has a set amount of $1,000.00, the total amount paid to the contractor will not be in excess of $1,000.00 without prior authorization from the Contracting Officer. Electronic Invoicing: The Department of Defense has mandated the use of the electronic invoicing and receiving system called Wide Area Work Flow (WAWF), as addressed in clause 252.232-7003. The Defense Commissary Agency is in the process of converting to WAWF and reserves the right to convert this contracting action to WAWF during contract performance. IV. CENTRAL CONTRACTOR REGISTRATION (CCR): Contractor's Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov V. ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a "Vendor" at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-10-T-0085/listing.html)
- Place of Performance
- Address: DeCA's Redstone Arsenal Commissary located in Alabama, Redstone, Alabama, 35898-7210, United States
- Zip Code: 35898-7210
- Zip Code: 35898-7210
- Record
- SN02139583-W 20100506/100504235029-29cb17d02e82872816de252627488f67 (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 |