Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2015 FBO #5026
SOLICITATION NOTICE

V -- Relocation Service from Chicago, IL to Bethesda, MD - 15Q0426 RFQ Package

Notice Date
8/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484121 — General Freight Trucking, Long-Distance, Truckload
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-15-Q-0426
 
Archive Date
9/30/2015
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
15Q0426 Required Provisions 15Q0426 Required CLIN Structure 15Q0426 Provisions and Clauses (P&C) 15Q0426 Equipment List 15Q0426 Request for Quote (RFQ) *Refer to the attachments for the complete detail. General Overview: The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement to move the laboratory equipment, supplies, and other items for a new faculty member from Loyola University in Chicago, IL to USU in Bethesda, MD. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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 quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-83-2-2, effective August 5, 2015 and Defense Federal Acquisition Regulation Supplement (DFARS), effective June 26, 2015. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 484121 General Freight Trucking, Long-Distance, Truckload with a size standard of $27,500,000.00 in annual revenue. The applicable Federal Supply Code (FSC) is V112 Transportation/Travel/Relocation Transportation: Motor Freight. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors interested in responding to this requirement must provide a quote to move the laboratory equipment, supplies, and other items for a new faculty member from Loyola University in Chicago, IL to USU in Bethesda, MD that best meets the specifications listed below. A single firm-fixed price (FFP) purchase order (PO) will be issued. This is a first-time purchase and we do not have any related previous purchase order information. Specifications: USU needs to move a new faculty member's laboratory equipment, supplies, and other items from Loyola University in Chicago, IL to USU in Bethesda, MD. We desire to have the following specifications met by the contractor: CLIN 0001: Relocation from Loyola University in Chicago, IL to USU in Bethesda, MD 1. Fully insured and compliant to Federal, states, and local laws and regulations. 2. DOT trained and certified to move dangerous chemicals and biohazards, e.g. flammable, explosive, carcinogens, etc., and extremely critical and sensitive items, e.g. laboratory equipment, supplies, etc. 3. Truck with generator for backup power (not refrigerated trucks): the laboratory equipment and supplies to be moved require cold or extremely cold temperature to transport. The integrity of the reagents and samples could be compromised if these conditions are not kept consistent. Truck needs to have generator power and appropriate wiring and receptacles for transport of -20C and -80C freezers which will remain on with samples in them at the appropriate temperatures. Refrigerated trucks are not sufficient. 4. Trucks cannot exceed 24-foot in size as Loyola University's loading dock will not be able to fit trucks larger than 24-foot. 5. All trucks must have reliable backup generators in case of power failure. 6. Contractor must provide all necessary supplies, e.g. antistatic wrap, packing material, boxes, lab carts, etc., to move critical and sensitive laboratory equipment, supplies, etc. 7. Contractor is responsible for safely packing, loading, and unloading all items required to move. Clear logistics instructions, including contractor expectations and labeling, must be divulged to those involved in this move at both universities at least five business days prior to the move. Freight elevators should be available for contractor's use. 8. The move should be initiated by September 21, 2015 and completed before September 30, 2015. 9. Refer to the attached Equipment List for a list of major items that need to be moved. Locations: (From) Loyola University Chicago Quinlan Life Sciences Building, Rooms 428 and 453 1050 W. Sheridan Road Chicago, IL 60626 (To) Uniformed Services University 4301 Jones Bridge Road Bethesda, MD 20814 Evaluation / Award Detail: The Government intends to issue a single firm-fixed priced (FFP) purchase order (PO) to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The government reserves the right to award without discussions. Evaluation Factors (in order of importance): 1.Technical. Offerors must provide literature, which demonstrates the capabilities of the quoted service(s). At a minimum the literature must demonstrate that the quote meets USU's requirements. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references as part of the technical evaluation. 2.Corporate Experience. Offerors are required to provide a narrative of their corporate experience in relocating laboratory items over long distances. 3.Past Performance. The Government may evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact and whether or not to contact the reference(s) at all. The following information must be provided for each reference: a.Name of client and address; b.Name of current PoC, including title, phone number, and email address; c.Contract number, if available; d.Contract value (total cost); e.Contract period of performance (PoP); and f.A clear description of the service provided. 4.Price. Offerors must include all applicable costs, e.g. supplies, labor, gas, etc., in the quote. The total quoted price for all components will be the evaluated price. Offerors must include their preferred method of payment (DFAS EFT or GPC Visa Card). USU prefers to make payment(s) using the Visa Government Purchase Card (GPC), unless it would incur additional service charges. In addition to providing the product literature, offerors must also submit a copy of the completed Required CLIN Structure spreadsheet* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive. *Refer to the attached Required CLIN Structure spreadsheet. Please note there are two sheets to be completed in the Excel file. The Federal Government prefers not to use third-party-payment merchants, e.g. PayPal, to exchange currencies. This is because these merchants can mask the actual merchant/vendor and impede the Government's effort to promote transparency. If these third-party-payment merchants must be used, offeror must include a compelling justification in the quote package. This will be considered as a part of the Price evaluation factor. See attached list for applicable provisions and clauses for this requirement. Offerors must also submit the following required provisions with their quote: a.Completed copy of provision 252.209-7992 b.Completed copy of provision 52.222-48 Items will be shipped to Bethesda, MD. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00PM ET on August 31, 2015. Any question received after 2:00PM ET on August 31, 2015 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around September 1, 2015. Quote packages are due by 10:00PM ET on September 3, 2015. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-contact (PoC), including name, email address, and phone number; c.DUNS Number; and d.Statement that acknowledges the latest amendment number-only if an amendment had been issued for this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4383df2acb9646de1801ba47397f77a9)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03856917-W 20150828/150826235834-4383df2acb9646de1801ba47397f77a9 (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.