|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540U.S. Department of Justice, Federal Bureau Of Investigation, J. Edgar
Hoover Building, Rm 6833, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 V -- TRANSPORTATION OF PERSONNEL, EQUIPMENT AND VEHICLES SOL
RFQ-0010577 DUE 022900 POC Theresa M. Powell, Contracting Officer,
(703) 632-1431 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; quotes are being
requested and a written solicitation will not be issued. The Request
for Quote (RFQ) number is 0010577, and is being conducted as an
unrestricted procurement and under the procedures of Part 12 and 13
test program. The Standard Industrial Classification (SIC) code is 4522
(NAICS code is 481212), the size standard is 1,500 employees. The RFQ
incorporates provisions and clauses that are in effect through Federal
Acquisition Circular 97-14. The Federal Bureau of Investigation
intends to award a firm-fixed price contract under RFQ 0010577, for
airlift support services to and from Tucson, Arizona for a training
exercise for the Hostage Rescue Team. The airlift support shall consist
of three types as follows: Requirement #1. Transport at least, but not
limited to, 72 personnel and their equipment. The equipment to be
transported would include, but not be limited to, a) 52 each Tactical
Bags, length 25", width 27", height 16", weighing 100 pounds each for
a total weight of 5,200 pounds; b) 49 each Helmet Bags, length 13",
width 10", height 16", weighing 15 pounds each for a total weight of
735 pounds; c) 23 each Rifle cases, length 51", width 16", height 6",
weighing 45 pounds each for a total weight of 1,035 pounds; d) 4 each
shipping cases, length 25", width 24", height 24", weighing 80 pounds
each for a total weight of 320 pounds; e) 49 each M-4 cases, length
34", width 7", height 14" weighing 25 pounds each for a total weight of
1,225 pounds; f) 46 each MP-5 cases, length 28", width 7", height 14",
weighing 20 pounds each for a total weight of 920 pounds; g) 72 each
personal bags, length 25", width 20", height 14", weighing 45 pounds
each for a total weight of 3,240 pounds; h) 45 each day walkers, length
20", width 11", height 20", weighing 30 pounds each for a total weight
of 1,350 pounds. Estimated combined weight of the equipment for
Requirement #1 is 14,025 pounds. Requirement #2. Transport vehicles and
drivers to Tucson, Arizona and return. The drivers shall accompany the
vehicles on this flight. The vehicles to be transported would include,
but are not limited to, the following: a) 1 each Ford F-800 Truck,
length 287", width 96", height 102", weighing 21,000 pounds; and b) 1
each MD-530 Helicopter, length 295", width 80", height 113", weighing
2,100 pounds. Total combined weight for Requirement #2 is 23,100
pounds. Additional vehicles or equipment may be added with short
notice. Requirement #3. Return trip from Tucson, Arizona to include
personnel, equipment and vehicles from requirements #1 and #2, and the
following additional vehicles: a) 2 each Chevrolet Suburbans, length
237", width 82", height 103", weighing 8,500 pounds each for a total
weight of 17,000; b) 2 each Ford F-350 Pick-up trucks, length 277",
width 82", height 104", weighing 9,500 pounds each for a total weight
of 19,000 pounds; c) 2 each MD-530 Helicopters, length 295", width 80",
height 113", weighing 2,100 each for a total weight of 4,200 pounds; d)
1 each Ford F-800 truck, length 287", width 96", height 102", weighing
21,000 pounds. Estimated combined weight for additional equipment is
61,200 pounds. The estimated combined weight for all requirements is
98,325 pounds. Additional vehicles may be added. The FBI training
deployment is subject to cancellation on short notice if other
operational commitments should arise. The carrier would be notified
immediately should it become necessary to cancel or reschedule the
operation. The carrier must be prepared to depart from either Richmond
International Airport or Dulles International Airport (to be
designated by the FBI) and transport FBI personnel, equipment, and
vehicles to either Tucson International Airport or Davis-Monthan AFB,
Tucson, Arizona (also to be designated by the FBI). The date of
departure for the flight to Tucson, Arizona will be March 13, 2000,
with a scheduled return date of March 24, 2000. Standard Form (SF) 98
has been submitted to the Department of Labor for wage rates. The
provision at FAR Clause 52.212-1, Instructions to Offerors, and
addendum is incorporated. ADDENDUM to 52.212-1 modify (b) Submission of
offers to read as -- "Submit signed and dated offers to the attention
of Ms. Theresa M. Powell, Contracting Officer, via facsimile (703)
632-6103. The contractor shall provide all necessary costs associated
with this request in its quote. Offerors shall provide names, addresses
telephone and facsimile numbers of previous contracts (please limit to
a maximum of five references), either Government or commercial, that
have received the services (or similar services) requested above during
the past five years for the purpose of evaluating Past Performance."
Due to the short deadline for this training exercise, quotes shall be
faxed to the number above and the original forwarded to FBI Academy,
Building 9, Room B247, Attn: Ms.Theresa M. Powell, Quantico, Virginia,
22135. All quotes are due by 2:00PM, EST, 2/29/2000. Incorporated by
reference are the FAR Clauses 52.212-4, Contract Terms and Conditions,
and 52.212-5, Contract Terms and Conditions Required to Implement
Statutes and Executive Orders, along with Subsection (c). Clause
52.212-3, Offeror Representations and Certifications apply. Each offer
shall include a completed copy of 52.212-3 with the quote. FAR Clause
52.212-2, Evaluation is incorporated by reference and applies to this
acquisition. ADDENDUM 52.212-2(a) -- Award will be based on best value
to the government. The following factors shall be used to evaluate
offers: Technical, Past Performance, and Price. Technical and Past
Performance (listed in descending order of precedence) are
significantly more important than cost or price. However, as quotes
become more equal in their technical merit, the evaluated cost or price
becomes the determining factor. Technical evaluation will be based on
the offeror who can provide the required services listed above in the
within the time frame requested and best value to the government. Past
Performance will be based on telephonic performance evaluations
received from previous contacts provided in the quote. Any vendor not
having government or commercial experience will be rated as "Neutral."
Offerors must acquaint themselves with the new regulations concerning
Commercial Item acquisition contained at FAR Subpart 12 and must
ensure that all Representations and Certifications (located on the
InterNet) are executed and returned as required in this
synopsis/solicitation. WebSite: (FAR) http://www.ARNet.gov far. Posted
02/16/00 (W-SN426256). (0047) Loren Data Corp. http://www.ld.com (SYN# 0128 20000218\V-0005.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|