Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70SBUR21Q00000002
RFQ – 70SBUR21Q00000002 Beta.SAM.gov Body Description This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in subpart 12.6, as supplemented wit...
RFQ – 70SBUR21Q00000002 Beta.SAM.gov Body 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 70SBUR21Q00000002 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. 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 items to be acquired and all other details. Brief Description of Requirement: The United States Citizenship and Immigration Services (USCIS) Vermont Service Center (VSC) will need a contracted means of freight shipping services in the amount of forty-seven (47) shipments of palletized boxes of A-Files and/or Receipt Files from the Vermont Service Center to be delivered to the National Records Center. See attached PART III | ATTACHMENT B – STATEMENT OF WORK for more information. Place(s) of Performance: Pick-Up Location: Vermont Service Center 4 Lemnah Drive St. Albans, VT 05478 Drop-Off Location: National Records Center 150 Space Center Loop Lee’s Summit, MO 64064 Period of Performance (PoP): This requirement consists of a total estimated PoP of forty-seven (47) months. A base period of performance and three (3) optional periods of performance. Please see below for more information. Base PoP: 11 Months 11.01.2020 – 09.30.2021 Optional Period #1 PoP: 12 Months 10.01.2021 – 09.30.2022 Optional Period #2 PoP: 12 Months 10.01.2022 – 09.30.2023 Optional Period #3 PoP: 12 Months 10.01.2023 – 09.30.2024 Total Estimated PoP: 47 Months 11.01.2020 – 09.30.2024 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 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 as does the addendum to the provision. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items, applies to this acquisition. Submit questions to Joshua.S.Riley@uscis.dhs.gov. The deadline for questions is 4:00pm ET Wednesday August 19th, 2020. Submit a quote via the email to Joshua.S.Riley@uscis.dhs.gov no later than 11:00am ET Wednesday August 24th, 2020. Late quotes will not be accepted. The attachments shown below will be incorporated into the subsequent award. PART II – Contract Clauses PART II – Attachment A – Security Requirements | Security Clause 3 – [Modified] PART III – Attachment B – Statement of Work (SOW) PART III – Attachment C – SCA Wage Determinations – VSC PART III – Attachment D – SCA Wage Determinations – NRC Follow all instructions when submitting your quotes. Quotes that do not adhere to the instructions attached will be removed from consideration.