MODIFICATION
V -- Driver and tractor for Deployable Response Unit (DRU)
- Notice Date
- 7/26/2012
- Notice Type
- Modification/Amendment
- 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
- AG-6395-S-12-0043
- Archive Date
- 10/31/2012
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208, Latisha Holiman, Phone: 612-336-3221
- E-Mail Address
-
carol.dingess@aphis.usda.gov, Latisha.A.Hollman@aphis.usda.gov
(carol.dingess@aphis.usda.gov, Latisha.A.Hollman@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation prepared in accordance with FAR 12.3 and FAR 15 as supplemented with additional information included in this notice. PROPOSALS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. Proposals will be evaluated in accordance with FAR 15.3 05 and award will be made based on FAR 15.101-1 Best value tradeoff process. 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 following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html In accordance with FAR 52.215-8; Any inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order: (a) The Schedule (excluding the specifications). (b) Representations and other instructions. (c) Contract clauses. (d) Other documents, exhibits, and attachments. (e) The specifications. Firm Fixed-Price indefinite quantity/indefinite delivery commercial type contract for a period not to exceed 5 years. 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. In the past the DRU has been used for 1 or 2 trips yearly but there is no estimated minimum or maximum determination for use at this time. Description: Driver and tractor for Deployable Response Unit (DRU). Transport requires use of tractor with 220-inch wheel base (minimum) to 240-inch wheel base (maximum), equiped with electrica brake system and movable fith wheel to accomodate king pin. 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. 11) PPQ Eastern Regional Office is the home base and we finance the equipment and supplies for its deployment. The Contractor would be required to provide the tractor/trailer to transport the DRU. 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. 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 APPLICABLE PERFORMANCE STANDARDS I 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. II Performance Standards Special requirements and technically acceptable defined: 1) Contractor shall be licensed and bonded; (Standard $10,000 Surety Bond (minimum) would be required) 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. 11) Contractor is responsible for equipping all tractors utilized for transportation with the necessary electrical connections in accordance with "Specialized trailer defined". III Performance Standards 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 6) Electrical connection for all brake lights/running lights is a 7 pole RV trailer connector. The following Clauses and Provisions apply to this solicitation and contract 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2012) 452.216-74 CEILING PRICE (FEB 1988) 452.211-74 PERIOD OF PERFORMANCE (FEB 1988) 52.216-22 INDEFINITE QUANTITY (OCT 1995) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.247-21 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE (APR 1984) 52.247-22 CONTRACTOR LIABILITY FOR LOSS OF AND/OR DAMAGE TO FREIGHT OTHER THAN HOUSEHOLD GOODS (APR 1984) 52.222-53 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR CERTAIN SERVICES- REQUIREMENTS (FEB 2009) 52.216-4 ECONOMIC PRICE ADJUSTMENT-MILEAGE AND MATERIAL (JAN 1997) ( Fuel surcharge based on Department of Energy Diesel Fuel Price Index using Central Atlantic Region) ** Change in fuel rates for EPA adjustment will be based on Central Atlantic Region pricing on Department of Energy website: http://www.eia.doe.gov/oog/info/gdu/gasdiesel.asp The prices are published by 5:00 P.M. Monday (Eastern time), except on government holidays, when the data are released on Tuesday (but still represent Monday's price). 52.232-4 PAYMENTS UNDER TRANSPORTATION CONTRACTS AND TRANSPORTATION-RELATED SERVICES CONTRACTS (APR 1984) 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): https://www.acquisition.gov/far/ 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2012) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). AGAR 452.209 - 71 Assurance regarding felony conviction or tax delinquent status for corporate applicants 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (FEB 2012) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (APR 2012) AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) Submit emailed faxed or mailed proposals to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess, or the address in box 15 of SF1449. proposals are due by May 29, 2012 by 4:00pm Central Time. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation. The Government intends to provide the solicitation and all amendments via this web site. THE FEDERAL GOVERNMENT IS NOT RESPONSIBLE FOR NOTIFICATIONS TO OFFERORS REGARDING THE ISSUANCE OF THE SOLICITATION NOR ANY OF ITS AMENDMENTS. IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THIS WEB SITE PERIODICALLY FOR UPDATES. TELEPHONE AND EMAIL REQUESTS WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0043/listing.html)
- Place of Performance
- Address: USDA/APHIS/PPQ, 920 Main Campus Drive, STE 200, RALEIGH, North Carolina, 27606, United States
- Zip Code: 27606
- Zip Code: 27606
- Record
- SN02816512-W 20120728/120727000043-87ff6e269e2505ab1024a81a61b7773e (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 |