Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOLICITATION NOTICE

V -- OPTION - Transportation Service, DR-4339-PR

Notice Date
3/4/2020 5:36:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FBR220Q00000029
 
Response Due
3/9/2020 12:00:00 AM
 
Archive Date
09/05/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR220Q00000029 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 484110 with a small business size standard of $27.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-09 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/08/2020 - 07/06/2020 LI 001: Daily operational cost of management, dispatch, insurance, fuel, material handling equipment, permits, and chargeable costs., 90, Days; LI 002: Five (5) Dry van trailers with power and driver, including with lift gates, and if required power only with driver. Dry van trailers minimum size 53 feet x 102 inches. Contractor shall have the capability to provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; LI 003: Five (5) Flatbeds with driver, with appropriate equipment for securing break-bulk material. Flatbed minimum size 48 feet x 102 inches with side or rub rails and stake pockets. Contractor shall have the capability to provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; LI 004: Three (3) Box trucks with lift gates and driver. Box truck minimum size 24 foot. Contractor will provide minimum of three (3) 24� dedicated box trucks with lift gates and driver daily and provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; Option 1 Period of Performance: 07/07/2020 - 10/04/2020 LI 001: Daily operational cost of management, dispatch, insurance, fuel, material handling equipment, permits, and chargeable costs., 90, Days; LI 002: Five (5) Dry van trailers with power and driver, including with lift gates, and if required power only with driver. Dry van trailers minimum size 53 feet x 102 inches. Contractor shall have the capability to provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; LI 003: Five (5) Flatbeds with driver, with appropriate equipment for securing break-bulk material. Flatbed minimum size 48 feet x 102 inches with side or rub rails and stake pockets. Contractor shall have the capability to provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; LI 004: Three (3) Box trucks with lift gates and driver. Box truck minimum size 24 foot. Contractor will provide minimum of three (3) 24� dedicated box trucks with lift gates and driver daily and provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; Option 2 Period of Performance: 10/05/2020 - 01/02/2021 LI 001: Daily operational cost of management, dispatch, insurance, fuel, material handling equipment, permits, and chargeable costs., 90, Days; LI 002: Five (5) Dry van trailers with power and driver, including with lift gates, and if required power only with driver. Dry van trailers minimum size 53 feet x 102 inches. Contractor shall have the capability to provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; LI 003: Five (5) Flatbeds with driver, with appropriate equipment for securing break-bulk material. Flatbed minimum size 48 feet x 102 inches with side or rub rails and stake pockets. Contractor shall have the capability to provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; LI 004: Three (3) Box trucks with lift gates and driver. Box truck minimum size 24 foot. Contractor will provide minimum of three (3) 24� dedicated box trucks with lift gates and driver daily and provide support for up to five (5) missions per day, if not already required and in use under this contract, will be available and onsite within 24 hours., 90, Days; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation is set-aside for local firms. In this case ""local firms"" is defined as those companies residing or doing business primarily in The Commonwealth of Puerto Rico. This local area set-aside is in accordance with FAR 26.202 and the Robert T. Stafford Disaster Relief and Emergency Act (42 U.S.C. 5121), which states preference shall be given, to the extend feasible and practicable, to local firms when awarding emergency response contracts during a major disaster. PROPOSALS WILL ONLY BE CONSIDERED FROM COMPANIES RESIDING OR DOING BUSINESS PRIMARILY IN THE COMMONWEALTH OF PUERTO RICO. Potential offerors must meet the requirements for FAR 52.226-3, FAR 52.226-4, and FAR 52.226-5 and be operating within DR-4339-PR, The Commonwealth of Puerto Rico, which will be verified upon selection for award or otherwise will be determined ineligible for award. Local vendor determination will be based on SAM registration as defined by FAR 52.226-3(c). If the offeror does not meet representation criteria per FAR 52.226-3(c), the offeror shall furnish documentation to support its representation IAW FAR 52.226-3(c). The Government will evaluate quotes received in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. A best value determination will be considered using the following factors; Price, Local Area Preference, and Past Performance, not necessarily in that order. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The Contractor/Provider shall comply fully with Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination against qualified individuals with disabilities. No otherwise qualified individual with a disability shall, solely by reason of his or her disability, be excluded from participation in, be denied the benefits of, or subjected to discrimination under any program or activity for which the Contractor/Provider is awarded a contract and/or receives federal financial assistance from the Federal Emergency Management Agency. This includes, but is not limited to, providing reasonable accommodations and modifications to ensure effective communication access, physical access, and program access to all participants, including persons with disabilities. The Contractor/Provider shall incorporate this language in any subcontracts related to the provision of the FEMA public-facing program or activity. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.202-1 DEFINITIONS; 52.203-5 COVENANT AGAINST CONTINGENT FEES ANTI-KICKBACK PROCEDURES; 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS; 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE; 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION ADN MATERIAL SAFETY DATA; 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION; 52.223-11 OZONE-DEPLETING SUGSTANCES AND HIGH GLABAL WARMING POTENTIAL HYDROFLUOROCARBONS; 52.223-19 COMPLIANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS; 52.232-1 PAYMENTS; 52.233-3 PROTEST AFTER AWARD; 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; 52.243-1 CHANGES-FIXED PRICE; 52.246-4 INSPECTION OF SERVICES - FIXED PRICE; 52.253-1 COMPUTER GENERATED FORMS The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/. 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 3 days. (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five (5) 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 nine (9) months. (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46c3310554c14a37b0c48e44152d6628/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05579422-F 20200306/200304230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.