Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOLICITATION NOTICE

V -- Deployable Resource Unit - Attachment 1

Notice Date
10/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-S-11-446823
 
Archive Date
12/20/2010
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses and Provisions Addendums I, II & III If bid package does not contain Bid Checklist, on-line completion of CCR and ORCA Registrations; quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. (I) This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. (II) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV) *Notice of total Small Business Set Aside In accordance with FAR 52.219-6 Under NAICS Code - 484230 Specialized Freight Trucking - Long Distance 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 484230 Specialized Freight Trucking - Long Distance Size Standard $25.5Mil All Responsible Small business sources May Submit a Quotation For Consideration. NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. (V) Item Descrption: Deployable Resource Unit The Deployable Response Unit (DRU) is a mobile, stand-alone, fully-functional communication command center deployed throughout the contiguous United States (CONUS) for emergency response activities. In addition to emergency deployments, the DRU will occasionally be transported for outreach and public awareness events. NOTE: "DRU" and "trailer" may be used interchangeably throughout SOW. 2. SCOPE OF WORK 1) Contractor must be available by phone 24 hours a day/7 days a week to respond to emergency transport requests; 2) Driver must be onsite at specified location within 24 hours of initial notification to transport trailer to specified destination within CONUS; 3) Prior to movement, Driver shall make a full inspection of trailer tires/brakes/lights and inspect undercarriage for any loose cables or wires. Driver is to immediately report any problems requiring attention to the ERO USDA Representative. Driver may be required to remain with the trailer or remain on-call until repairs are completed; 4) Driver will transport trailer to specified destination by specified date, and inform local USDA Representative of delivery (drop off) date and time one hour prior of arrival; 5) Driver will ensure trailer is level, stabilized and in good working condition prior to departure from the specified (drop off) location; 6) Driver will remain within physical proximity of trailer at all times until possession is accepted by authorized local USDA Representative; 7) Driver will pick up trailer from original drop off location within 48 hours of notification; 8) Upon pick up, Driver will notify ERO USDA Representative of estimated date and time of arrival at specified destination (usually Raleigh, NC) and inform ERO USDA Representative one hour prior of arrival; 9) In the event trailer is transported from the original drop off location to a location other than Raleigh, NC, Driver is to inform local USDA Representative of arrival date and time; 10) Upon arrival at final destination, Driver shall level, stabilize and insure trailer is in good working condition, and accepted by USDA Representative prior to departure. 3. PERIOD OF PERFORMANCE Date of Award - Sep 30, 2011 with four option years 4. DELIVERABLE SCHEDULE 1) Emergency deployments: Contractor is to be available by phone 24 hours a day/7 days per week. Within 24 hours of initial notice, a qualified driver must be dispatched to transport the trailer to any specified location within CONUS by the specified date; 2) Non-emergency deployments: Contractor will be given no less than 14 days notice prior to transport of trailer to any specified location within CONUS by the specified date; 3) Contractor/Driver must be compliant with Code of Federal Regulations (49 CFR), Title 49 Transportation, to include, but not limited to compliance with maximum driving time for property-carrying vehicles. 5. LOCATION OF WORK 1)CONUS, primarily Eastern Region (ER), but may extend to Western Region (WR) up to two times per year upon request; 2) CONUS ER includes: AL, CT, DE, FL, GA, IL, IN, KY, MA, MD, ME, MI, MN, MS, NC, NH, NJ, NY, OH, PA, RI, SC, TN, VA, VT, WV, WI. NOTE: DRU is permanently housed by United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ) Eastern Regional Office in Raleigh, NC. And is on-call for deployment to emergency incidents throughout CONUS. Permanently housed at: 1013 Blair Dr, Raleigh, NC 27603 6. APPLICABLE PERFORMANCE STANDARDS 1) Driver must be a U.S. citizen; 2) Driver must be at least 21 years of age; 3) Driver must have a valid CDL Class A; 4) Driver must be knowledgeable and compliant with Code of Federal Regulations (49 CFR), Title 49 Transportation, and all other applicable transportation regulations. Evaluation of Bid Submissions Special requirements and technically acceptable defined: 1) Contractor shall be licensed and bonded; 2) Contractor/Driver must be knowledgeable and compliant with National Highway Traffic Safety Administration, Department of Transportation, Federal Motor Vehicle Safety Standards, Federal Motor Carrier Safety Administration (49 CFR), to include, but not limited to compliance with maximum driving time for property-carrying vehicles, safety guidelines, physical qualifications, and drug and alcohol testing; 3) Driver must have a standard Department of Transportation (DOT) background investigation (or comparable) conducted through Office of Personnel Management (OPM) showing no felony or misdemeanor convictions, or warrants; 4) Driver will be subject to a validated National Agency Check with Written Inquiries (NACI) background investigation through OPM upon Agency's request; 5) Driver must be onsite within 24 hours of notification to transport trailer for emergency response; 6) Driver must have a valid CDL Class A; 7) Driver must have at least three years experience transporting/hauling 50+-foot gooseneck trailer with electric brake system or comparable specialized trailer (as defined below); 8) Transport requires use of tractor with 220-inch wheel base (minimum) to 240-inch wheel base (maximum), equipped with electrical brake system and movable fifth wheel to accommodate king pin; 9) Driver must have experience leveling trailer with blocks once transported to final destination (to stabilize/accommodate satellite and antenna); 10) Driver must have experience transporting motor vehicles/equipment for the Federal government. Specialized trailer defined: 1) 53 feet in total length; 2) approx. 35,000 pounds base weight; 2) 11 foot overhang (length trailer is off axel); 3) electric brakes; 4) three fixed axels; 5) king pin fits into the fifth wheel on the tractor, and generally requires that the fifth wheel be moved to the farthest part on the fifth wheel plate to securely transport Evaluation Criteria: (Indicate significant evaluation factors, and rate them on a scale of importance from 1 to 5) Delivery X (5) - Contractor must be available by phone 24 hours a day/7 days per week; - Emergency deployments, a qualified driver must be dispatched within 24 hours of initial notice, to transport the trailer to specified location within CONUS by the specified date; - Non-emergency deployments, Contractor given no less than 14 days notice prior to transport of trailer to any specified location within CONUS by the specified date. Technical capability X (5) refer to Evaluation of Bid Submissions factors - Driver has minimum three years experience transporting/hauling 50+-foot gooseneck trailer with electric brake system or comparable specialized trailer (as defined above); - Driver has experience leveling trailer with blocks once transported to final destination; - Driver has experience transporting motor vehicles/equipment for the Federal government; - Driver has standard Department of Transportation (DOT) background investigation (or comparable) conducted through Office of Personnel Management (OPM) showing no felony or misdemeanor convictions, or warrants. Price X (3) Past performance X (5) Technical and past performance, when combined, are more important than price. X ERO USDA Representatives and Technical Points of Contact James Lord 919-855-7353 James.S.Lord.Jr@aphis.usda.gov Luri Lopes-Stewart 919-855-7761 Luri.R.Lopes-Stewart@aphis.usda.gov Address: 1730 Varsity Dr, Ste 300, Raleigh, NC 27606 Local USDA Representative(s) To be identified and provided to Contractor upon transport request. Contract Officer's Representative (COR) Lori Zitelli 919-855-7370 Lori.A.Zitelli@aphis.usda.gov Address: 920 Main Campus Dr, Ste 200, Raleigh, NC 27606 Price Schedule 1) Transport DRU on demand to/from specified emergency incident location in CONUS 2) Transport DRU to/from specified outreach event location in CONUS (VI) 52.212-1 Instructions to offers Commercial items applies to this acquisition. (Addendum III) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (VII)52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Clause Addendum III ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired (VIII) The following Federal Acquisition Provisions apply to this acquisition: 52.252-2 Clauses incorporated by reference 52.212-4 Contract Terms and Conditions for Commercial Items. Contract Terms and Condition required to implement 52.212-5 statutes or executive orders for commercial items CLAUSES IN FULL TEXT 452.211-74 Period of Performance 452.237-74 Key Personnel. 52.204-9 Personal Identity Verification of Contractor Personnel. 52.222-54 Employment Eligibility Verification. 52.217-8 Option to Extend Services. 52.217-9 Option to Extend the Term of the Contract. 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. 52.247-22 Contractor Liability for Loss of and/or Damage to Freight other than Household Goods. 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements. 52.232-19 Availability of Funds for the Next Fiscal Year. 52.212-2 Evaluation-Commercial Items. 52.216-1 Type of Contract. (IX)Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by November, 19, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. And 14. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-446823/listing.html)
 
Place of Performance
Address: USDA/APHIS/PPQ/ERO, 1730 Varsity Dr, Raleigh, North Carolina, 27606, United States
Zip Code: 27606
 
Record
SN02319163-W 20101031/101029233739-7b8cd493bedba1f6d826937b0460daff (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.