SOLICITATION NOTICE
V -- Biomedical Shipping Services
- Notice Date
- 8/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ15T0126
- Response Due
- 9/15/2015
- Archive Date
- 10/30/2015
- Point of Contact
- Rory Foster, 7195265035
- E-Mail Address
-
MICC - Fort Carson
(rory.c.foster.mil@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 FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is issued as a Request for Quotes (RFQ), solicitation number W911RZ-15-T-0126, a written solicitation will not be issued. Fort Carson intends to award a firm-fixed-price contract for Biomedical Courier Services in accordance with the Performance Work Statements for Biomedical Shipping, dated 25 August 2015. This combined synopsis solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 02 July 2015. This requirement is 100% small business set aside. The North American Industrial Classification System (NAICS) code for this procurement is 492110 with a small business size standard of 1500 employees. This combined synopsis will end on Friday, 11 September 2015, 12:00 p.m. Mountain Daylight Time (MDT). This combined synopsis will end on Friday, September 11, 2015, 1:00 p.m. Mountain Standard Time (MST). The North American Industrial Classification System (NAICS) number is 492110 and the number of employees is 1500. The Contractor shall quote the following Contract Line Item Numbers (CLINs): The following are quantities for quoting purposes only. Services are to be performed in accordance with the Performance Work Statement for Biomedical Shipping dated 25 August 2015. CLIN 0001 Biomedical Shipping Services - Base Period Provide Biomedical Shipping Services in accordance with the attached Performance Work Statement (PWS) titled quote mark Performance Work Statement for Biomedical Shipping quote mark dated 25 August 2015. Period of Performance 28 September 2015 - 27 September 2016. This is a Firm-Fixed-Price contract. Quantity Unit of IssueUnit PriceTotal Price 1 Job $ $ CLIN 0002 Contract Manpower Reporting - Base Period Quantity Unit of IssueUnit PriceTotal Price 1 Job $ $ CLIN 1001 Biomedical Shipping Services - Option Period One Provide Biomedical Shipping Services in accordance with the attached Performance Work Statement (PWS) titled quote mark Performance Work Statement for Biomedical Shipping quote mark dated 25 August 2015. Period of Performance 28 September 2016 - 27 September 2017. This is a Firm-Fixed-Price contract. Quantity Unit of IssueUnit PriceTotal Price 1 Job$ $ CLIN 1002 Contract Manpower Reporting - Option Period One Quantity Unit of IssueUnit PriceTotal Price 1 Job $ $ CLIN 2001 Biomedical Shipping Services - Option Period Two Provide Biomedical Shipping Services in accordance with the attached Performance Work Statement (PWS) titled quote mark Performance Work Statement for Biomedical Shipping quote mark dated 25 August 2015. Period of Performance 28 September 2017 - 27 September 2018. This is a Firm-Fixed-Price contract Quantity Unit of IssueUnit PriceTotal Price 1 Job$ $ CLIN 2002 Contract Manpower Reporting - Option Period Two Quantity Unit of IssueUnit PriceTotal Price 1 Job $ $ CLIN 3001 Biomedical Shipping Services - Option Period Three Provide Biomedical Shipping Services in accordance with the attached Performance Work Statement (PWS) titled quote mark Performance Work Statement for Biomedical Shipping quote mark dated 25 August 2015. Period of Performance 28 September 2018 - 27 September 2019. This is a Firm-Fixed-Price contract. Quantity Unit of IssueUnit PriceTotal Price 1 Job$ $ CLIN 3002 Contract Manpower Reporting Quantity Unit of IssueUnit PriceTotal Price 1 Job $ $ CLIN 4001 Biomedical Shipping Services - Option Period Four Provide Biomedical Shipping Services in accordance with the attached Performance Work Statement (PWS) titled quote mark Performance Work Statement for Biomedical Shipping quote mark dated 25 August 2015. Period of Performance 28 September 2019 - 27 September 2020. This is a Firm-Fixed-Price contract. Quantity Unit of IssueUnit PriceTotal Price 1 Job$ $ CLIN 4002 Contract Manpower Reporting Quantity Unit of IssueUnit PriceTotal Price 1 Job $ $ The following FAR and DFARS clauses and provisions are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) 52.212-3 (Offeror Representations and Certifications - Commercial Items) 52.233-2 (Service of Protest) 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country), 252.209-7002 (Disclosure of Ownership by a Foreign Government) 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations. By Reference: 52.204-13 System for Award Management Maintenance 52.204-7 System for Award Management 52.212-4 Contract Terms and Conditions - Commercial Items 52.219-30 Notice of Total Set-Aside for Women-Owned SB (WOSB) Concerns 52.204-9 Personal Identify Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 Protecting the Government's Interest with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8 Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Person 52.223-5 Pollution prevention and right to know 52.223-10 Waste Reduction 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-19 Compliance with Environmental Management Systems, (all solicitations and contracts for contractor operation of Government-owned or -leased facilities or vehicles, located in the United States. 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.243-1 Changes--Fixed Price 52.252.5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.201-7000 Contracting Officers Representation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American act and balance of payments program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.223-7006 Prohibition on storage and disposal of toxic and hazardous materials (work on DoD installation) 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 252.203-7005 Representation Relating to Compensation of Former DoD Officials 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) (a) Comptroller General Examination of Record. The Contractor 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 Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor 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, Contractor 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 Contractor to create or maintain any record that the Contractor 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 Contractor 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, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 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 contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of the contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months (66 months if the FAR clause 52.217-8, Option to Extend Services is exercised). (End of clause) 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): http://farsite.hill.af.mil http://www.arnet.gov//far Contractor Manpower Reporting The contractor will report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Fort Carson Evans Army Community Hospital via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website at http://www.ecmra.mil. The required data fields include: (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 dollars paid this reporting period (including sub- contractors); (7) Total payments (including sub-contractors); (8) Predominant Product Service Code (PSC)/Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant PSC/FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Supported Activity (the Army Supported Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an 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 deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. quote mark 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 AMC-Level Protest Procedures. ATTACHMENTS Attachment 1: Performance Work Statement for Biomedical Shipping dated 25 August 2015 Attachment 2: Wage Determination, WD 05-2083 (Rev.-17) dated 22 December 2014 52.222-41 Department of Labor Wage Determination Addendum to 52.222-41. Department of Labor Wage Determination #05-2079, Rev -17, dated 14 July 2015 is incorporated into this award and is available at http://www.wdol.gov. 52.222-42 Statement of Equivalent Rates for Federal Hires Addendum to 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014). In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Shipping Packer $13.23 hr. 52.217-5 Evaluation of Options, July 1990 As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, third option, fourth option, and one-half of the fourth option. Offerors are required only to price the base and four options. Offerors shall not submit a price for the potential one-half year extension of services period. The provision at 52.212-1 Instructions to Offerors applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. Contractor shall also submit their quote on company letterhead, by the time specified in the combined synopsis for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the combined synopsis solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified). The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. The Government intends to award a Firm-Fixed-Price purchase order 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. The following factors shall be used to evaluate offers: Technically acceptable low price in accordance with the performance work statement and the ability to start performance on 28 September 2015. The contractor shall include in their offer descriptive literature such as illustrations, drawings, samples, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If the offeror cannot comply with every requirement of the solicitation, the offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the System For Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov/portal/public/SAM/ NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Vendor shall present their representations and certifications, upon request, through SAM at https://www.sam.gov/portal/public/SAM/ Questions concerning this combined synopsis solicitation shall be addressed to CPT Rory Foster Contract Specialist, via email at rory.c.foster.mil@mail.mil. All questions or inquiries must be submitted in writing no later than 1:00 pm MST on September 8th, 2015. No phone calls will be accepted. Quotations shall be emailed to CPT Rory Foster, Contract Specialist, via email at rory.c.foster.mil@mail.mil. Quotes must be received by Friday, September 15, 2015, 1:00 p.m. Mountain Standard Time. An official authorized to bind the quoting organization shall sign the quote. Quotes shall be effective for 30 calendar days after close of the solicitation. 52.212-3 Offeror Representations and Certifications -- Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/be859d4882c8e5315ab56e4dad702cdd)
- Place of Performance
- Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN03864342-W 20150902/150901000027-be859d4882c8e5315ab56e4dad702cdd (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 |