SOLICITATION NOTICE
V -- Freight Shipping Services for the USCIS Nebraska Service Center
- Notice Date
- 10/11/2023 6:50:42 AM
- Notice Type
- Solicitation
- NAICS
- 484121
— General Freight Trucking, Long-Distance, Truckload
- Contracting Office
- USCIS CONTRACTING OFFICE(ERBUR) Williston VT 05495 USA
- ZIP Code
- 05495
- Solicitation Number
- 70SBUR24Q00000002
- Response Due
- 10/13/2023 1:00:00 PM
- Archive Date
- 10/28/2023
- Point of Contact
- Charles Brown, Phone: 8028724129, Felicia London, Phone: 8028724641
- E-Mail Address
-
charles.w.brown@uscis.dhs.gov, Felicia.R.London@uscis.dhs.gov
(charles.w.brown@uscis.dhs.gov, Felicia.R.London@uscis.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items/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. Solicitation number 70SBUR25Q00000002 is issued as a request for quote (RFQ). The�solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 and�Homeland Security Regulation (HSAR) current as of 10/05/2023. This solicitation is an open market, competitive small business set-aside and�the associated NAICS code is 484121, General Freight Trucking, Long-Distance, Truckload, which has a small business size standard of $30.00�million. The associated PSC Code is V112 � Motor Freight. See the attachments for a description of requirements for the services to be�acquired and all other details. Brief Description of Requirement: The Nebraska Service Center (NSC) requires scheduled pick-ups of pre-wrapped pallets of non-classified Receipt files and A-files from the Service Center for transport to the National Records Center (NRC) in Lee�s Summit, Missouri, and the Remote Maintenance File Facility (HBG)�in Harrisonburg, Virginia where they will be stored. In the twelve (12) month Base Period, there�s a potential for twelve (12) total shipments to the NRC and five (5) total shipments to the HBG.�Furthermore, in the Optional Period 1, there�s a potential for twelve (12) total shipments to the NRC and five (5) total shipments to the HBG,�Option Period 2, there�s a potential for twelve (12) total shipment to the NRC and five (5) total shipments for the HBG, for a potential grand�total of fifty-one (51) shipments.�See attached PART II � ATTACHMENT B � STATEMENT OF WORK for more information. In order for a quote to be considered complete, quoters must follow all of the instructions within this solicitation. It is highly recommended�that each quoter reads through the solicitation in its entirety. If a quote does not follow all of the instructions, it will be considered�incomplete and will be removed from consideration for award. This requirement consists of a total estimated period of performance 11/01/2023 � 10/31/2026 (inclusive of all options). This order will have only Firm Fixed Price Line Items. The FAR provision 52.212-1 Instructions to Offerors - Commercial, applies to this acquisition as does the addendum to the provision. The FAR provision 52.212-2 Evaluation�Commercial Products and Commercial Services, applies to this procurement with the evaluation�factors consisting of price and technical acceptability. The FAR clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items, applies to�this acquisition. There will not be a question and answer period. Quotes shall be submitted as a single electronic package to the Primary and Secondary Point of Contact email address identified in this�solicitation, no later than the date and time identified within this solicitation. Late quotes will not be accepted. The attachments shown below will be incorporated into the subsequent award: PART II � Attachment A � Schedule of Services � [Pricing] *Will populate the Standard Form 1449 at time of award. PART II � Attachment B � Statement of Work PART II � Attachment C � SCA Wage Determinations � NSC PART II � Attachment D � SCA Wage Determinations � NRC PART II � Attachment E � SCA Wage Determinations � HBG PART III � Purchase Order Clauses PART III � Attachment F � Security Requirements | Security Requirement 3 � [Modified] PART III � Attachment G � Technical Acceptability Checklist
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e0b9a0849564c2490eff41bb215cdf4/view)
- Place of Performance
- Address: Lincoln, NE 68508, USA
- Zip Code: 68508
- Country: USA
- Zip Code: 68508
- Record
- SN06857067-F 20231013/231011230053 (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 |