Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2011 FBO #3344
SOLICITATION NOTICE

S -- General Freight Trucking, Local - Package #1

Notice Date
1/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484110 — General Freight Trucking, Local
 
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
HDEC05-11-T-0003
 
Archive Date
4/8/2011
 
Point of Contact
Sandra, Phone: 804-734-8000 x48599, Michael L Shaffer, Phone: 804-734-8000 EXT 8681
 
E-Mail Address
sandra.scott@deca.mil, michael.shaffer@deca.mil
(sandra.scott@deca.mil, michael.shaffer@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
equipment move.DOC NEW OrleansATTACHMENT D.DOC New OrleansATTACHMENT C.doc New OrleansATTACHMENT B (flatbed).doc New OrleansATTACHMENT A (flatbed).doc Combined Synopsis/Solicitation Notice EQUIPMENT REMOVAL FROM NEW ORLEANS LA NSA TO FORT BENNING GEORGIA Solicitation Number: HDEC05-11-T- 0003 Response Date: February 8, 2011 at 4:00 PM EST POC: Sandra Scott, Contract Specialist Phone: 804-734-8000, x 48599 Fax: 804-734-8669 Place of Performance: Fort Benning, GA, New Orleans NAS LA, Chattanooga Guard and Reserve Center in Chattanooga, Tennessee, Meridian NAS, Mississippi Set Aside: 100% SMALL BUSINESS Classification Code: S FSC Code: V003 NAICS Code: 484110 Size Standard: $ 25.5 Mil Description: General Freight Trucking, Local A. This is a combined synopsis and solicitation for commercial services prepared in accordance with the format Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. The solicitation number for this procurement is HDEC05-11-T-0003 and is issued as a Request for Quote (RFQ). B This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, DFARS Change Notice 20101229, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. This solicitation is set-aside 100% for small business. For information purposes, the Federal Supply Classification is V003, the North American Industry Classification systems (NAICS) code is 484110 ( General Freight Trucking, Local), which has a small business size standard of $ 25,500,000.00 per annum. C. Contract Line Item Numbers (CLINS): CLIN 0001: De-install one gazebo from the old New Orleans NAS commissary, move it to the new commissary location (Belle Chasse) and install it in the location designated by the store director. CLIN 0002: Movement of one propane forklift (without the propane tank) from the old New Orleans commissary to the new commissary New Orleans LA ( Belle Chasse ) location and offload in the area designated by the store director. CLIN 0003: Movement of miscellaneous dock levelers and plates from the old New Orleans commissary to the new commissary New Orleans LA (Belle Chasse) location and offload in the area designated by the store director. CLIN 0004: R emoval of three (3) conex boxes from the fenced in area and transport the same to the Fort Benning commissary in Fort Benning Georgia. CLIN 0005: Removal and load one (1) ramp from New Orleans LA to Fort Benning commissary in Fort Benning Georgia. Site visit: January 31, 2011 at 10:00am at the New Orleans NAS Commissary. POC: Leon Eddie/ Supply Technician, Alt: Charlita Covington/Store Director 504-678-2262 504-678-9454 D. Description of Requirements : The Defense Commissary Agency (DeCA) requires non-personal services to include all equipment and personnel necessary to remove three conex boxes from a fenced in area without damage to the existing fence, transport of these same boxes to the Ft. Benning commissary located in Ft. Benning Georgia, offload and placement of the boxes in a safe and useable manner at the Ft. Benning, commissary. The contractor will also be required to move a long loading ramp from the New Orleans commissary to the Ft. Benning commissary. The de-installation of a gazebo located at the old New Orleans commissary and the reinstallation of the same gazebo located at the old New Orleans commissary and the reinstallation of the same gazebo at the new New Orleans commissary located in Belle Chasse, Louisiana. Movement of an assortment of material handling equipment including but not limited to dock leveler, dock plate, and propane forklift without the propane tank from the old New Orleans commissary to the new New Orleans commissary located in Belle Chasse, Louisiana. The contractor will need to obtain all necessary special permits for the use of a crane at both the New Orleans commissary and the Ft. Benning commissary as well as the necessary CDL licensed truck drivers and flat bed trailers to move from the old New Orleans commissary to the new New Orleans commissary and to move the balance of the items to the Ft. Benning commissary in Ft. Benning Georgia. Driver must be at least 21 years old with 1 or more years experience and operating a flat bed tractor trailer and crane with high/low bed trailers load and unload heavy equipment and/or material. The crane operator would safely place equipment on the flat bed truck to be moved to the designated location. Driver must possess a Class A commercial driver's license (CDL) with a clean driving record and comply with all Federal and State driving regulations, to include all insurance necessary to provide transportation services on an interstate basis. Driver must not have been convicted of a felony involving use of a motor vehicle; a crime involving drugs; driving under the influence of drugs or alcohol; refusing to submit to an alcohol test required by a State or its implied consent laws or regulations; leaving the scene of a crime; or causing a fatality through negligent operation of a motor vehicle. Driver must be able to read and speak English well enough to read road signs, prepare reports, and communicate with law enforcement officers and commissary personnel. •1. The driver prior to the flat bed trailer(s) being moved will inspect the load to ensure that it is loaded in a safe manner that will allow transportation across state lines without incident. If the contractor determines that the load is unsafe then the problem must be corrected by the contractor's personnel before leaving the commissary. The performance dates are from February 25, 2011 - March 1, 2011. 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 The following paragraphs are altered as follows: •a. North American Industry Classification System (NAICS) Code: 484110 •b. Submission of Offers : Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted on the form provided at Attachment As a minimum, offers must show (see Attachment A): (1) The solicitation number: HDEC05-11-T-0003; (2) The time specified in the solicitation for receipt of offers: February 8, 2011 4:00 p.m. EST; (3) The name, address, point of contact, fax number, and telephone number of the offeror; (4) Terms of any express warranty; (5) Provide total price for all CLINS listed; (6) "Remit to" address; (7) Offerors shall include a complete copy of the provision at FAR 52.212-3 (Alt 1), "OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)" (as applicable) with their offer. This requirement may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration (see Attachment C); (8) Signed acknowledgment of all Solicitation Amendments (if applicable); (9) A statement specifying the extent of agreement with all terms, conditions, and provisions Included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; •(10) Offers shall be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into pdf format as one (1) document and emailed to Sandra.scott@deca.mil. The following, or something similar, should be in the subject line for the email submittal: "Proposal from (company name) in response to RFP HDEC05-11-T-0003" (11) Past Performance Information: Offerors shall p rovide reference information, to include the name of the reference company, and contact information (phone number(s) and email address) of at least one (1) individual that can be asked to provide past performance information. References should represent previous work of similar scope to the requirements in this solicitation and should be current or prior customers (within the past 3 years). (12) Contractor Qualifications: Offerors shall show or describe that they meet the minimum contractor qualifications as outlined in the Performance Work Statement. (13) Completed provision at DFAR 252.212-7000. All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Sandra Scott, Contract Specialist at Sandra.scott@deca.mil no later than Friday February 1, 2011 at 4:00 p.m. EST. A consolidated list of questions and answers, if applicable, will be provided to all prospective offerors as appropriate. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. E. Provision at 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) Addendum to 52.212-4501 (Evaluation-Commercial Items) (a) Initially the offers will be evaluated for responsiveness. In order to be considered responsive, the offeror must accept and meet all solicitation requirements. Any offeror deemed non-responsive may not be considered for award. (b) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest-priced, technically acceptable Offeror. The following factors shall be used to evaluate quotes: Technical ability to perform the required work in the specified time frame Past Performance Price The relative importance of the factors is: Technical ability, past performance and price are all of equal value. A. Technical Ability: Technical ability will be determined by the quoter's ability to perform the work in the specified period of time. B. Past Performance: (i) Describe how work performed on prior contracts is relevant and similar to the proposed effort associated with this solicitation. This may include discussions of efforts accomplished by the quoter to resolve problems encountered on prior contracts as well as past efforts to identify and manage risk. (ii) Submit at least one (1) reference for contracts for the same or similar requirements. These contracts should be active or have been performed within the last three (3) years. The reference is to be provided as part of the quote submission and should include: -A general description of the services provided, -Time frame for accomplishing the requirement, -Name of the company to include complete address, phone number, and email address of a point of contact at the company that the government may use to inquire regarding your performance. If a company does not have relevant past performance, the reference shall be submitted for company key personnel with relevant experience with the same items identified above. The quoter shall be rated neither favorably nor unfavorably if neither the company nor key personnel have relevant past performance. C. Price: PRICE ANALYSIS WILL BE CONDUCTED BY THE CONTRACTING OFFICER TO DETERMINE PRICE REASONABLENESS BY: comparing the total of each line item submitted by the quoters to determine the lowest price. (c) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.212-4 (Contract Terms and Conditions - Commercials): The following paragraphs are amended or added: (c) Changes: The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (i) Payment: Payment will be made by a member of the DeCA Contracting Business Unit (CBU), using the individual's Government Purchase Card (GPC). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional clauses from paragraph "B" of clause 52.212-5 are also applicable to the acquisition: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities ; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); 52.223-18, ENCOURAGE CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING; 52.225-18, AVAILABILITYOF FUNDS; 52.232-36, Payment by Third Party. In addition to the clauses stipulated above, the following clauses below apply to this acquisition and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.223-4, Recovered Material Certification; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-12, Refrigeration Equipment and Air Conditioners; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 252.203-7002, Requirements RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 ALT A, Alternate A, Central Contractor Registration; 252.204-7008, EXPORT-CONTROLLED ITEMS; 252.243-7001, Pricing of Contract Modifications; 252.243-7003, PASS-THROUGH OF MOTOR CARRIER FUEL SURCHARGE ADJUSTMENTS TO THE COST BEARER. Contract Terms and Conditions apply to this acquisition shown in full text are listed below and can be found at Attachment B : 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES; 52.228-4500, LIABILITY TO THIRD PERSONS; 52.228-4501, VEHICLE OPERATION AND INSURANCE; 52.228-4502, OTHER INSURANCE REQUIREMENTS; 52.232-4503, REMIT TO ADDRESS; 52.233-4500, INDEPENDENT REVIEW OF AGENCY PROTESTS; 52.233-2, Service of Protest; 52.237-1, SITE Visit 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, CLAUSES INCORPORATED BY REFERENCE; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses; 52.223-11, Ozone-Depleting Substances; 252.201-7000, Contracting Officer's Representative; 252.212-7000, o FFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (End of clause) F. The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. G. Proposals will be accepted in electronic format to Sandra Scott at Sandra.scott@deca.mil and must be received NO LATER THAN Friday, February 8, 2011 at 4 :00 PM EST. H. The points of contact for this solicitation are: Sandra Scott, Contract Specialist, at 804-734-8000, ext 48599 (Sandra.scott@deca.mil), or Michael G. Shaffer, the Contracting Officer, 804-734-8000, ext 48681 (Michael.shaffer@deca.mil). IMPORTANT NOTICE Upon award of this contract, the Agency intends to publish the awardee's name, the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN), within the Agency's electronic reading room located @ www.commissaries.com. Unexercised option year prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the president's January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). Appropriate Wage determinations Wage Determination for the New Orleans LA Area: WD 05-2137 (Rev.-10) was first posted on www.wdol.gov on 09/07/2010 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2137 Shirley F. Ebbesen Division of | Revision No.: 10 Director Wage Determinations | Date Of Revision: 09/01/2010 _______________________________________|____________________________________________ States: Alabama, Georgia Area: Alabama Counties of Chambers, Lee, Randolph, Russell Georgia Counties of Chattahoochee, Harris, Heard, Marion, Meriwether, Muscogee, Quitman, Schley, Stewart, Talbot, Taylor, Troup, Webster ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 23000 - Mechanics And Maintenance And Repair Occupations 23440 - Heavy Equipment Operator 14.76 23850 - Rigger 17.74 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.50 per hour or $140.00 per week or $606.67 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174). WD 05-2233 (Rev.-13) was first posted on www.wdol.gov on 07/06/2010 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | Wage Determination No.: 2005-2233 Shirley F. Ebbesen Division of | Revision No.: 13 Director Wage Determinations | Date Of Revision: 06/28/2010 _______________________________________|____________________________________________ State: Louisiana Area: Louisiana Parishes of Jefferson, Lafourche, Orleans, Plaquemines, Saint John The Baptist, St Bernard, St Charles, St Tammany, Terrebonne, Washington ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 23000 - Mechanics And Maintenance And Repair Occupations 23440 - Heavy Equipment Operator 18.24 23850 - Rigger 18.57 31000 - Transportation/Mobile Equipment Operation Occupations 31364 - Truckdriver, Tractor-Trailer 17.37 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.50 per hour or $140.00 per week or $606.67 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174). ATTACHMENTS A. Attachment A: RFQ HDEC05-11-T-0003 - OFFER SUBMISSION FORM B. Attachment B: RFQ HDEC05-11-T-0003 - CONTRACT TERMS & CONDITIONS IN FULL TEXT C. Attachment C: RFQ HDEC05-11-T-0003 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS (FAR 52.212-3) D. Attachment D: RFQ HDEC05-11-T-0003 - STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-11-T-0003/listing.html)
 
Place of Performance
Address: DEFENSE COMMISSARY AGENCY, MULTIPLE LOCATIONS, United States
 
Record
SN02362044-W 20110120/110118234236-5a3974cc144d8341ed2533ae56015e6a (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.