Search Contract Opportunities

Courier - Dallas   2

ID: 192118CCO21000414 • Type: Synopsis Solicitation

Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) 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.

(ii) This solicitation number 192118CCO21000414 is issued as a request for quotation (RFQ). The resultant contract will be a firm-fixed price contract.

(iii) This solicitation document (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ((FAC) 2005-101.

(iv) This proposed acquisition is 100% set-aside for small businesses. This acquisition is under NAICS code 492110- Couriers and Express Delivery Services. The size standard is 1500 or fewer employees.

(v) The following is a list of line item number(s) and items, quantities, and units of measure, (including option(s)), needed by the Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) Agency, Office of Principal Legal Advisor (OPLA)

LINE 0001: Courier Services, in accordance with the Statement of Work; Unit of Measure (UM): Month (MO); Quantity 9.

LINE 1001: Option Period One: Courier Services, in accordance with the Statement of Work; Unit of Measure (UM): Month (MO); Quantity 12.

LINE 2001: Option Period Two: Courier Services, in accordance with the Statement of Work; Unit of Measure (UM): Month (MO); Quantity 12.

LINE 3001: Option Period Three: Courier Services, in accordance with the Statement of Work; Unit of Measure (UM): Month (MO); Quantity 12.

LINE 4001: Option Period Four: Courier Services, in accordance with the Statement of Work; Unit of Measure (UM): Month (MO); Quantity 12.

(vi) DHS/ICE/HSI has a requirement for Courier Services in accordance with the attached Statement of Work (SOW).

(vii) Date(s) and place(s) of delivery and acceptance and FOB point: The proposed order will take place in Louisville and will consist of a base year with four twelve-month option periods. The FOB point is F.O.B. DESTINATION (NOV 1991) in accordance with FAR 52.247-34.

(viii) FAR clause 52.212-1, Instructions to Offerors-Commercial Items (April 2014) applies to this acquisition. To be considered for award quotes must be submitted on the attached pricing template with prices provided for all contract line item number (CLINS). Also, contractors must have an active DUNS. Provide your company's DUNS along with your quote. The Technical Proposal is limited to 10 pages. All pages after page 10 will be deleted. Font will be 12 point Times New Roman. Margins will be one (1) inch. Failure to comply with any of these instructions will result in the offer being determined non responsive. Late submissions will not be accepted.

Volume I: Technical Proposal, 10 page limit
Volume II: Pricing Template, 1 page

(ix) The FAR provision 52.212-2, Evaluation-Commercial Items (OCT 2014), does apply to this RFQ. The Government will award a contract 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:

(i) technical capability
(ii) price;

TECHNICAL CAPABILITY

Provide a narrative demonstrating a thorough understanding of the work requirement as defined in the Statement of Work. The written narrative of the technical proposal must include examples of demonstrated performance of courier services on similar requirements (including contract numbers, points of contact with telephone numbers and other relevant information). If the offeror show as lack of detail or only includes a quote to perform in accordance with the Government's SOW, the quote may be determined technically unacceptable and therefore ineligible for award. If the lowest priced offeror is found to be technically acceptable no further evaluations will be performed.

PRICE

The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x) All offerors shall complete provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015), electronically via the System for Award Management (SAM) online at http: www.sam.gov or if an Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of provision 52.212.3 and submit a copy of with the offer.

(xi) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition.

(xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jul 2018), applies to this acquisition and the clause are applicable to the acquisition are listed in the attached Terms and Conditions

(xiii) The date, time and place offers are due: Quotes are due no later than 31 August 2018, 11:59 PM Central Time (CT). Quotes shall be submitted by email to Tasha Wang, Contract Specialist, tasha.r.wang@ice.dhs.gov.

(xiv) The name and telephone number of the individual to contact for information regarding the solicitation: Questions shall be submitted, by email only, to Tasha Wang, Contract Specialist, tasha.r.wang@ice.dhs.gov. All questions shall be submitted no later than 23 August 2018, 11:59 PM Central Time (CT)

(xv) The following documents are attached to this combined synopsis solicitation.
Attachment 1: Statement of Work (SOW), dated August 18, 2018.
Attachment 2: Terms and Conditions
Attachment 3: Pricing Template
Attachment 4: Question and Answer Template
Attachment 5: Wage Determination, 2015-4717.

Overview

Response Deadline
Sept. 1, 2018, 12:59 a.m. EDT Past Due
Posted
Aug. 20, 2018, 8:50 a.m. EDT (updated: Aug. 24, 2018, 1:45 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
125 E. John Carpenter Freeway, 5th Floor IRVING, TX 75062 USA
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
On 8/20/18 Immigration and Customs Enforcement issued Synopsis Solicitation 192118CCO21000414 for Courier - Dallas due 9/1/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 492110 (SBA Size Standard 1500 Employees) and PSC R.
Primary Contact
Title
Contracting Officer
Name
Tasha Wang   Profile
Phone
(214) 905-5427

Secondary Contact

Title
Contract Specialist
Name
Yvette Todtenhoefer   Profile
Phone
(214) 905-8315

Documents

Posted documents for Synopsis Solicitation 192118CCO21000414

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 192118CCO21000414

Award Notifications

Agency published notification of awards for Synopsis Solicitation 192118CCO21000414

Contract Awards

Prime contracts awarded through Synopsis Solicitation 192118CCO21000414

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 192118CCO21000414

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 192118CCO21000414

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US IMMIGRATION AND CUSTOMS ENFORCEMENT > INVESTIGATIONS AND OPERATIONS SUPPORT DALLAS
FPDS Organization Code
7012-ACD00
Source Organization Code
500031354
Last Updated
Aug. 24, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 24, 2018