SOLICITATION NOTICE
V -- CRATING, PACKING, CONTAINERIZATION AND
- Notice Date
- 5/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- MICC - Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
- ZIP Code
- 31905-5000
- Solicitation Number
- W911SF15-T-0010
- Response Due
- 5/18/2015
- Archive Date
- 7/4/2015
- Point of Contact
- Edwar Dingle, 706-545-5428
- E-Mail Address
-
MICC - Fort Benning
(edward.j.dingle.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial 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. This is a Request for Quote (RFQ) with a solicitation number of W911SF-15-T-0010. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81. MICC Fort Benning, Georgia intends on awarding multiple Blanket Purchase Agreements for Packing, Containerization, and Local Drayage Direct Procurement Method (DPM) Personal Property Shipment Services in support of the Logistics Readiness Center (LRC) Transportation Division for Fort Benning, Georgia. This requirement is set-aside for Small Business firms. The associated North America Industry Classification System (NAICS) Code is 484210 and the Business Size Standard is twenty-seven- million-five hundred thousand ($27.5) dollars. The Government contemplates award of multiple firm fixed price Blanket Purchase Agreements based on the lowest reasonable, responsive, and fair priced offer source selection process. DESCRIPTION OF REQUIREMENT: Packing, Containerization, and Local Drayage for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services. PERFORMANCE WORK STATEMENT (See attachment I) FIGURES G1 - G6 (See attachment III) 1. AUTHORITY: The BPA's are will be established accordance with Federal Acquisition Regulation (FAR 13.303 and DoD Supplement 213.303). 2. CONTRACT PERIOD and TERMS: a. Period of performance is from 01 June 2015 through 31 May 2020. b. This agreement will be used for the purchase of services for Packing, Crating, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments for Department of Defense Military Members and Department of Defense Civilians. c. The Government is only obligated to the extent of authorized calls actually placed against these Blanket Purchase Agreements. d. The terms and conditions included in this agreement apply to all purchases made pursuant to this agreement. In the event of an inconsistency between the provisions of this agreement and the supplier's invoice, the provisions of this agreement will take precedence. 3. PRICING: a. Any purchase made pursuant to this Blanket Purchase Agreements (BPA's) will be based on written quotations submitted in response to Request for Quotations (RFQ) (See attachment 2 - Pricing Schedule for price list submission). Once the BPA's have been awarded, quotations will be obtained via a written Request for Quotations, or will be based on quotations obtained orally by telephone or personal contact at the time of the Government's need on a rotational basis; when a need for services arise. The supplier agrees that the fixed prices quoted to the Government will be as low as or lower than those charged to the supplier's most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. b. This BPA will not obligate any funds. 4. ORDERING/BILLING PROCEDURES: a. Ordering: The Personal Property Shipment Office (PPSO) - Logistics Readiness Center (LRC) Transportation Division will provide the supplier the original Direct Procurement Method (DPM) Confirmation Letter generated from the Transportation Operational Personal Property Standard System (TOPS) to confirm shipments or similar document to acknowledge order. b. Billing: The supplier shall provide the original copies of their invoices, to include the correct line of accounting from the DD1299, Application for Shipment and/or Storage of Personal Property, to the PPSO via postal or express mail (mail is inclusive of FEDEX, UPS or any other carrier and shall not only be interpreted as the United States Postal Service) to the following LRC address: Personal Property Shipment Office Logistics Readiness Center Transportation Division 6650 Meloy Drive Building 6, Room105 Fort Benning, Georgia 31905-1339 The invoices will be date stamped when received by LRC no matter what means was used to deliver the invoice, and the supplier will be provided a copy of the date stamped invoice. LRC will then submit all DPM invoices, via mail, to the appropriate Defense Finance and Accounting Services (DFAS) pay station listed below: Department of Army forward transportation invoices: DFAS-Rome 325 Brooks Road Rome NY 13441-1427 Department of Air Force transportation invoices: DFAS-Limestone P.O. Box 369020 Columbus, OH 43213 Department of Navy transportation invoices: DFAS-Cleveland AP 1240 East Ninth Street SB39 Cleveland OH 44199 Department of Marine Corps transportation invoices: Commanding General TVCD 814 Radford Boulevard Suite 20262 Albany GA 31704-20262 Department of Homeland Security/ U.S. Coast Guard transportation invoices: Commanding Officer U.S. Coast Guard Finance Center P.O. Box 4114 Chesapeake, VA 23327-4114 5. INVOICING AND PAYMENTS: a. OUTBOUND: Invoices for outbound shipments and unaccompanied baggage shipments shall be submitted to the Transportation Officer on a monthly basis. Such invoices shall be accompanied by the Inventory and Packing Lists and Weight Certificate in triplicate. b. INBOUND: Invoices for inbound shipments shall be submitted to the Transportation Officer on a monthly basis. Such invoices shall be accompanied by one (1) copy of the Inventory and Packing List. c. INTRA-CITY & INTRA-AREA MOVES: Invoices for intra-city and/or intra-area moves shall be submitted to the Transportation Officer on a monthly basis. Such invoices shall be accompanied by one (1) copy of the Inventory and packing List and two (2) copies of the Weight Certificate. d. PREPARATION & SUBMISSION OF INVOICES: All Invoices under this contract shall be submitted in an original and three (3) copies to the Transportation Officer, Personal Property Shipment Office (PPSO), Logistics Readiness Center (LRC), Fort Benning, Georgia 31905-1339, and shall contain the following information: Owner's Name, Rank, and SSN Supplier's Name & Address Name, Title, Phone Number & Mailing Address of Person to be notified in event of a Defective Invoice Invoice Date Invoice Number Contract number, Order number, Item number & Item Description Applicable Weight & Description of Services Shipping & Payment Terms Unit Price of Each Item, Total of Each Item & Total of All Items Discount Date of Pickup or Delivery e. INCORRECT INVOICES: Invoices which contain clerical, mathematical, or other errors, or which do not contain all required information, will be returned by the Transportation Officer to the Supplier, and must be resubmitted following correction (s). 6. PURCHASE LIMITATIONS: a. No individual call placed against this agreement by a contracting officer or an authorized individual assigned to the contracting office shall exceed $25,000. b. The total amount ordered under this agreement shall not exceed $1,250,000.00. 7. DELIVERY/SHIP TO ADRESS: Each individual call out will specify the delivery/ship to address. 8. NOTIFICATION CONCERNING UNATHORIZED CALL: Any services provided pursuant to a call made by an unauthorized person may result in non-payment for such services and possible cancellation of the agreement. A list of authorized callers will be provided at the time of award. DEPARTMENT OF LABOR WAGE DECISION applicable to this acquisition is: WD 05-2137 (Rev 16) dated 12/30/2014 and it is located at http://www.wdol.gov/. PERIOD OF PERFORMANCE: Ordering period from 01 June 2015 through 31 May 2020. LOCATION OF PERFORMANCE: Schedule I complete service outbound household goods: Service of packing, crating, drayage and delivery of household goods and baggage shipments, Picking up and delivering in: Chattahoochee, Harris, Marion, Meriwether, Muscogee, Schley, Stewart, Talbot, Taylor, Troup and Webster Counties of Georgia and Chambers, Lee and Russell counties of Alabama. Schedule II complete service inbound household goods: Service of packing, crating, drayage and delivery of household goods and baggage shipments, Picking up and delivering in: Chattahoochee, Harris, Marion, Meriwether, Muscogee, Schley, Stewart, Talbot, Taylor, Troup and Webster Counties of Georgia and Chambers, Lee and Russell counties of Alabama. Schedule III complete service intra-city/intra-area move service for packing, pick-up, and delivery of household goods in: Chattahoochee, Harris, Marion, Meriwether, Muscogee, Schley, Stewart, Talbot, Taylor, Troup and Webster Counties of Georgia and Chambers, Lee and Russell counties of Alabama. QUESTION & ANSWER PERIOD: All questions shall be submitted by 2:00 PM (EST) 11 May 2015. SOLICITATION PROVISIONS: This solicitation incorporates the following contract provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil 52.201-1, Definitions 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-99, System for Award Management Registration (Aug 2012) 52.212-4, Contract Terms and Conditions Required to Implement Statues or Executive Orders- -Commercial items (Nov 2011) 52.228-5, Insurance on a Government Installation 52.252-2, Clauses Incorporated by Reference (Feb 1998) 252.201-7000, Contracting Officer Representative (Sep 1911) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003, Control of Government Personnel Work Product (Jan 1992) 252.204-7004 Alt A, Central Supplier Registration Alternate A (Sep 2007) 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.209-7999 (Dev), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) 252.211-7003 Alt I, Item Identification and Valuation (Jun 2011) Alt I 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (Mar 2008) 252.232-7010, Levies of Contract Payments (Dec 2006) 252.243-7001, Pricing of Contract Modifications (Dec1991) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (APR 2015) (a) Comptroller General Examination of Record. The Supplier shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Supplier's directly pertinent records involving transactions related to this contract. (2) The Supplier shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Supplier Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Supplier to create or maintain any record that the Supplier does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Supplier is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Supplier Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subsupplier must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ____ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the supplier may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Local Clause-058 CONTRACTOR ACCESS TO FORT BENNING (OCT 2014) Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. Common Access Card (CAC): All contractors requiring access to the installation on a recurring basis for a period of 6 months or more shall receive a CAC. CACs are issued through the Contractor Verification System (CVS) program. Issuance of a CAC requires a favorable Federal Bureau of Investigation (FBI) fingerprint check, successful submission of a National Agency Check with Inquiries (NACI) (equivalent or higher) background investigation to the Army's investigative service provider and a favorably adjudicated NACI (equivalent or higher) investigation from a Federal department or agency will be accepted. To avoid delays in gaining required access to the installation, all contractors eligible for a CAC are encouraged to contact their Contracting Officer Representative (COR) to begin the process to obtain CACs as soon as possible. Long term, unescorted access: Contractors, sub-contractors and vendors requiring physical access to the installation for longer than 24 hours and less than 6 months, but do not require logical access to a DOD computer network, are not eligible for a CAC. These contractors will have a government employee sponsor who will provide the contractual agreement with a cover memorandum signed by a either the Contracting Officer or COR affirming the need for long term, unescorted access. The expiration date of the access will be the end of the contract or visit, or the expiration date of the sponsor's credential, whichever comes first. Sub-contractors will be bound by the same requirement. Military ID: Military ID cards for retirees, reservists and dependents is for non contractor use. All contractors and sub-contractors possessing a valid Military ID and requiring access to the installation on a recurring basis for a period of 6 months or more shall be required to obtain a CAC. Individual Temporary Pass: All contractors and sub-contractors who do not possess a CAC or valid Military ID shall report to the Visitors Center located at I-185/Lindsey Parkway to obtain an Individual temporary pass. A temporary pass will ONLY be issued to persons who produce a valid current government ID with a picture and are able to pass a NCIC Interstate Identification Index check and local exclusion roster. Acceptable forms of ID are: 1. Valid current State Driver's license that is for driving AND identification. Drivers Licenses issued by states for driving and not identification will not be accepted. 2. State identification card. 3. Passport (Foreign Passports must show point of entry stamp). During a pre-work conference, the Contractor shall provide the COR a list of all contract and sub-contract employees who require a CAC and/or a temporary pass. The COR will coordinate with the DES for temporary passes not to exceed 6 months for contract employees not possessing a current CAC or military ID. The COR will initiate and coordinate the process for obtaining Contractor CACs. The contractor shall coordinate with the COR for return of CAC at the end of the contract or the end of the individual employee's tenure, whichever comes first. The contractor shall also coordinate with the COR for new or replacement CACs or temporary, long term unescorted passes as required. Failure to receive a CAC may result in the contractor personnel being denied admission to the installation. Failure to receive a temporary pass will result in the contractor personnel being denied admission to the installation. For additional information, see: Homeland Security Presidential Directive 12, Policy for a Common Identification Standard for Federal Employees and Contractors located at http://www.dhs.gov/homeland-security-presidential-directive-12#1. Army Regulation (AR) 190-13, the Army Physical Security Program located at http://www.fas.org/irp/doddir/army/ar190-13.pdf. Army Directive 2011-08, Army Implementation of Homeland Security Presidential Directive -12 located at http://armypubs.army.mil/epubs/pdf/ad2011_08.pdf. (End of Clause) STATEMENT OF EQUIVELENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52,222-42, quote mark Statement of Equivalent Rates for Federal Hires quote mark incorporated into this agreement by reference by FAR Clause 52.212-5, quote mark Contract Terms and Conditions quote mark required to implement Statues or Executive Orders - Commercial Items, quote mark the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Truck Driver/Light WG-6 Step 2$17.10 Truck Driver/Medium WG-7 Step 2 $18.30 Truck Driver/Hvy WG-8 Step 2 $19.49 Truck Driver/Tractor Trailer WG-8 Step 2 $19.49 Shipping Packer WG-3 Step 2 $13.57 Forklift Operator WG-6 Step 2 $17.10 ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Man power & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (VIC) for the Army Requiring Activity {The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS Pursuant to FAR 52.228-5, contractor shall provide and maintain during entire performance of this contract the following kinds and minimum amounts of insurance: TYPE AMOUNT (1) Workmen's Compensation The required Workmen's Compensation Insurance shall extend to cover employees liability for accidental bodily injury or death and for occupational disease with a minimum liability of: $100,000.00 (2) Comprehensive General Liability for bodily injury, which insurance shall include Contractor's protective liability and contractual liability, with minimum limits of: $500,000.00 Per accident or occurrence (3) Comprehensive Automobile Liability with minimum limits of: $200,000.00 Per Person $500,000 Per Accident for Bodily Injury $20,000 Per Accident for Property Damage PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that quote mark failure to provide such notice relieves the insurance company of any liability quote mark shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. EXEMPTION FROM THE CLAUSE ENTITLED quote mark ELECTRONIC SUBMISSION OF PAYMENT REQUEST quote mark The contractor is exempt from submitting payment request and receiving reports in electronic form based on criteria in DFARS 232.7002 (d). The exemption for this contract is quote mark DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). quote mark FOR OFFERS TO BE CONSIDERED 1. In order for a seller's (quote) price list to receive full consideration for award, each Offeror shall provide its submissions in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors - Commercial Items. Offerors shall also ensure that the information furnished is factual, accurate, and complete. Failure to provide the information requested herein may render the offeror's quote ineligible for further consideration for award. Only one (1) quote shall be submitted per offeror. 2. Offerors shall submit quotes using company letterhead. Offers shall be received by MICC-Fort Benning no later than 2:00 PM Eastern Time, 18 May 2015. 3. Offers shall consist of the following documents: a. Company letterhead, containing information prescribed by 52.212-1. Documents for representations and certifications as addressed in subparagraphs 52.212-1(b) (8) shall be provided separately as discussed below. b. Separate documentation on Relevant Experience. Discuss your experience (and that of your proposed subcontractor(s) as applicable) that you believe will enable you to satisfy the requirements of the PWS. Discuss your experience providing Packing, Containerization and Local Drayage. To be relevant, the effort must reflect the nature of work, size, magnitude, complexity, and scope to the work required by this solicitation. The offeror shall provide documented evidence that they possess a minimum five (5) years experience. c. Licenses and Certification. The offeror shall provide documented evidence with their quote that they possess the appropriate federal, state, and/or county license and certification to meet the requirements of the PWS. d. A completed copy of the Offeror's representations and certifications required by the provisions 52.209-7, 52.212-3 and 252.212-7000. As an alternative, the Offeror may affirm in its cover letter that the required representations and certifications are found on-line in the Government's System for Award Management (SAM). e. Separate documentation on Storage Facility. Contractor's facilities shall meet the guidelines in appendix D of the Performance Work Statement (Attachment 1). EVALUATION AND AWARD The Government will evaluate offers in response to this request and award multiple BPA's to the responsible offeror's whose offers, conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., relevant experience, certifications, socio-economic status and/or facilities). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). 4. Submission may be made via e-mail to usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil or delivered to MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905. Facsimiles will not be accepted. If submitted via e-mail, attached files must be Microsoft compatible and virus/malware free. Electronic media suspected by Government computers as possibly containing virus/malware will not be opened or considered. 5. All quotes from responsible sources will be fully considered. Offerors not registered in the System for Award Management (SAM) with all required information provided prior to award will not be considered. Offerors may register with SAM at www.sam.gov. Contracting Office Address: MICC-Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, GA 31905 Point of Contact: Edward Dingle at 706-545-5428. NOTE: Award will not be made using any quote (price list) containing deviations from or exceptions to the Performance Work Statement terms and conditions or fail to provide material information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df792addd5bfbac5b37cfabf451e32fd)
- Place of Performance
- Address: MICC - Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
- Zip Code: 31905-5000
- Zip Code: 31905-5000
- Record
- SN03720772-W 20150507/150505235603-df792addd5bfbac5b37cfabf451e32fd (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 |