SYNOPSIS/SOLICITATION
W91ZLK-21-R-0004
This 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-04 (19 JAN 21). The solicitation number for this request for proposal (RFP) is W91ZLK-21-R-0004.
This requirement is under the associated North American Industry Classification System (NAICS) Code 488510 Freight Transportation Arrangement. The Government contemplates award of a single award, Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract with task orders issued on a firm-fixed price (FFP) basis in accordance with FAR 13, Simplified Acquisition Procedures.
Contract Minimum and Maximum Limitations
The ordering period for the base ID/IQ contract shall be five (5) years from the date of contract award.
Task orders may extend up to one (1) year each after expiration of the base contract ordering period.
Award will be made to the Offeror whose response to the Evaluation Task Order Proposal represents the best value to the Government. The Evaluation Task Order Proposal will be evaluated in accordance with lowest price technically acceptable (LPTA) described in FAR 15.101-2. All questions must be submitted via email to [email protected] by July 26, 2021 at 10:00 AM Eastern Time. SUBJECT LINE: W91ZLK-21-R-0004 PROPOSAL FROM (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on beta.SAM.gov. Firm Fixed Price (FFP) proposals must be signed, dated, and received by August 15, 2021 at 10:00 AM Eastern Time.
The contractor, as an independent party and not an agent of the government, shall provide shipping services for equipment and materials moving between CONUS and OCONUS sites. Parcels will include small boxes that are under a pound, large shipments on a pallet, and oversized items exceeding 1,000 pounds. Some parcels may contain hazardous material shipments (i.e. items with sources, industrial chemicals). In addition, some parcels may require expedited shipping as detailed in the Performance Work Statement. Locations where parcels will be picked up from and delivered to include, but are not limited to, the following
• Aberdeen Proving Ground, MD
• Pine Bluff Arsenal, AR
• Holloman Air Force Base, NM
• Schofield Barracks Army Base, Oahu, H
• Dugway Proving Ground, UT
• Pueblo Chemical Depot, Pueblo, CO
• Bluegrass Army Depot, Bluegrass, KY
• Melborne, Australia
• Hemmant, Australia
• Orchard Hills, Australia
Business hours at CBARR are 8:00AM-4:00PM Eastern Standard Time, Monday through Friday, excluding federal holidays. The contractor shall ship parcels between CONUS and OCONUS sites in support of CBARR operations for the U.S. Army Combat Capabilities Development Command - Chemical Biological Center (CCDC-CBC) Chemical Biological Applications & Risk Reduction (CBARR) Business Unit at Aberdeen Proving Ground, Maryland. All work to be performed will be inspected for compliance with performance requirements by the designated Government Point of Contact and a Contracting Officer’s Representative (COR) provided in the individual Task Orders.
SUBMISSION PROCEDURES:
52.212-1 Instruction to Offerors Commercial Items
This clause applies in its entirety and there are currently no addenda to the provision.
NO PHONE CALLS WILL BE ACCEPTED.
All proposals from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.beta.sam.gov.
Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor.
Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Feb 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020 on www.beta.sam.gov or provide a completed copy of the clauses with the proposal.
NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government.
Factor 1 - Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the Evaluation Task Order Proposal PWS. To be rated as acceptable, offerors must provide documentation that demonstrates the approach for meeting all of the shipping requirements specified in the Evaluation Task Order Proposal PWS including:
b. Factor 2 - Experience: Contractor shall demonstrate the ability to ship parcels to include small boxes that are under a pound, large shipments on a pallet, and oversized items exceeding 1,000 pounds, and hazardous materials while meeting the scheduled arrivals specified in the PWS. To be rated as acceptable, the offeror must provide documentation to demonstrate recent experience shipping hazardous materials, large shipments on a pallet, and oversized items exceeding 1,000 pounds to CONUS/OCONUS locations according to the PWS. Recent experience includes shipping services performed within three (3) years (i.e. previous government contracts).
BASIS FOR AWARD:
The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the Evaluation Task Order Proposal will result in a fair and reasonable price.
ORDERING PROCEDURES:
The procedure for establishing task orders will be as follows:
(a) General
Services to be furnished under this contract shall be as ordered by the issuance of a Task Order on DD Form 1155 by the Contracting Officer. All orders issued hereunder are subject to the terms and conditions of this contract. In the event of any inconsistency between any task order and the contract, the contract shall take precedence. It is understood and agreed that the Government has no obligation to issue any orders except to meet the minimum guaranteed amount. The contractor agrees to accept and perform orders issued by the Contracting Officer that are within the scope of this contract.
(b) Ordering Procedures
The Contracting Officer will issue a Request for Task Order Proposal to the awardee which will include a
Performance Work Statement (PWS) with the task order period of performance and a deadline for the receipt of proposal. Each Task Order shall be proposed as a Firm-Fixed Price (FFP).
(c) Content of Task Orders
Task Orders will contain the following information at a minimum:
1. Date of order
2. Contract number and order number
3. PWS
4. QASP6. Performance schedule
7. Place of performance
8. Accounting and appropriation data
(d) Modifications of Task Orders
Task Orders may only be modified by the Contracting Officer. Modifications to task orders shall include the information set forth in paragraph (c) above, as applicable.
(e) Unauthorized Work. The Contractor is not authorized to commence task performance prior to issuance of a signed Task Order.
(f) Task Funding Restrictions. No unfunded task orders are allowed.
WAGE DETERMINATION: 2015-4265 Revision# 15 Dated 14 April 2021 https://sam.gov/content/wage-determinations
PROVISIONS/CLAUSES: See Attachment 2 – Provisions/Clauses
PERFORMANCE WORK STATEMENT: See Attachment 3 - Performance Work Statement
QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): See Attachment 4 - Quality Assurance Surveillance Plan
LIST OF ATTACHMENTS:
Attachment 1 - Evaluation Task Order Proposal
Attachment 2 – Provisions/Clauses
Attachment 3 - Performance Work Statement
Attachment 4 - Quality Assurance Surveillance Plan