Freight Shipping Services for the USCIS Nebraska Service Center
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159095535658154 |
Posted Date: | Oct 11, 2023 |
Due Date: | Oct 13, 2023 |
Source: | https://sam.gov/opp/7e0b9a0849... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Oct 11, 2023 09:50 am EDT
- Original Date Offers Due: Oct 13, 2023 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 28, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: V112 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT
-
NAICS Code:
- 484121 - General Freight Trucking, Long-Distance, Truckload
-
Place of Performance:
Lincoln , NE 68508USA
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
- 124 Leroy Road
- Williston , VT 05495
- USA
- Charles Brown
- charles.w.brown@uscis.dhs.gov
- Phone Number 8028724129
- Felicia London
- Felicia.R.London@uscis.dhs.gov
- Phone Number 8028724641
- Oct 11, 2023 09:50 am EDTSolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.