Library Delivery Service with Custom Courier Solutions to Transport Books and Audiovisual Materials

expired opportunity(Expired)
From: Federal Government(Federal)
W911SD24R0097

Basic Details

started - 11 Apr, 2024 (18 days ago)

Start Date

11 Apr, 2024 (18 days ago)
due - 18 Apr, 2024 (11 days ago)

Due Date

18 Apr, 2024 (11 days ago)
Bid Notification

Type

Bid Notification
W911SD24R0097

Identifier

W911SD24R0097
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709210)DEPT OF THE ARMY (133133)AMC (72623)ACC (74999)MISSION & INSTALLATION CONTRACTING COMMAND (25839)FDO EUSTIS (4829)W6QM MICC-WEST POINT (1808)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICETHIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Library Delivery Service contract with Custom Courier Solutions to transport books and audiovisual materials to all libraries in the NY3Rs consortium on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.This notice is issued solely for information and planning purposes –
it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 519210, Libraries and Archives with a size standard of $21 Million dollars.A continuing need is anticipated for the Library Delivery Service contract with Custom Courier Solutions to transport books and audiovisual materials to all libraries in the NY3Rs consortium. The United States Military Academy (USMA) Library participates in a resource sharing program with the New York Library Reference and Research Resources Council (NY3Rs). The United States Military Academy’s local branch of NY3R is Southeastern NY Library Resources Council (SENYLRC). Any interested party that believes it is capable of meeting our requirement may identify themselves but must submit evidence of their capability to fulfill the requirement as an Authorized Agent. If a vendor is an Authorized Agent of Southeastern NY Library Resources Council, they must submit written proof from Southeastern NY Library Resources Council that says they have permission to sell / distribute / service the equipment on Pyrra Technologies, Inc’s behalf (NOTE: Documents will be verified with Southeastern NY Library Resources Council). All interested parties must provide the following data with their responses:1. Full Company Name and Address2. DUNS Number and SAMs Unique Entity ID (UEI)3. CAGE Code4. TAX ID# (aka “EIN” or “TIN”#)5. Business Size ("Large" or "Small"... must be stated on your reply)6. The NAICS Code(s) your company uses to identify its business size.7. Company POC, Email, Phone#8. Proof (no exceptions) - - a. Authorization Letter from Southeastern NY Library Resources Council that says you are an Authorized Agent of Southeastern NY Library Resources Council.STATEMENT OF WORKVendor will provide the following:-A courier service for library materials, with expected turnaround times of 24 hours in Upstate Zone (Albany, Syracuse, Rochester, Buffalo and Newburgh) and 48 hours in Downstate Zone as detailed in agreement referenced above.-Service to all libraries in the NY3Rs consortium.-5 day a week service with the exception of most US Government holidays.-Courier service drivers will arrive at approximately the same time each day, within a one-hour window.-Couriers will deliver to the USMA ILL office in room 226.-Unlimited number of packages can be shipped daily.-Provide shipping bags-Couriers must contact library personnel if/when delivery will not be made on a particular day.-Library staff will update NY3Rs website with service delivery issues if/when they occur.CONTRACTOR FURNISHED EQUIPMENT. Contractor will provide all necessary tools and equipment to perform the required services as laid out in this SOW.CONTRACTOR MANPOWER REPORTING LANGUAGE The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this Statement of Work via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Further details will be provided in awarded contract.SECURITY. The work conducted under this task will be UNCLASSIFIED. A successful NCIC III background check must be completed on all contractors prior to the execution of this contract. The company will provide to the COR, ten days in advance of the event, names and Social Security numbers of all employees who will be entering Army-controlled installations or facilities. Documentation of these checks will be made available to the COR upon request. iWatch training must be completed. The Government shall coordinate with the contractor to provide access to the government building and offices.IDENTIFICATION OF CONTRACTOR PERSONNELThe company will ensure that its employees entering Army-controlled installations or facilities have obtained access badges and passes (if required) in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services.The company will return all issued U.S. Government Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a contractor employee no longer requires access to the installation or facility.DOD LEVEL 1 ANTI-TERRORISM (AT) Standards Clause (As of 1 July 14)(a) Pursuant to Department of Defense Instruction Number 2000.16, “DoD Antiterrorism (AT) Standards,” dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at http://jko.jten.mil/ follow the below instructions:1. Click – DOD CAC or No DOD CAC2. Next click - I am a U.S. mil, government civil servant, or contract employee3. Next click - I've been directed to take required training on JKO4. Next click - Courses5. I do not have a .MIL, .GOV, or .NDU.EDU address or I am a Multi-National Student6. Fill out the contact sheet and email to sponsor (COR)7. Sponsor (COR) will email to the JKO help deskThe COR and contractor are responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer’s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system.(b) In the event that the automated system is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performanceCONTRACTING OFFICER’S REPRESENTATIVE (COR).(1) Will ensure that all contractors/subcontractors are processed for a background check or National Agency Check with Inquiry (NACI) as needed. The background check is the minimal investigation to be adjudicated for a USMA Identification Card (yellow badge) versus the NACI, which requires fingerprinting and submission of EQIP. NACIs are required for contractors/subcontractors that require a CAC and/or government computer accounts.(2) Will ensure that the USMA Form 13-16, Personnel Background Check, dated Apr 06, is correctly completed and signed by the COR who is a properly cleared Federal Employee.(3) Will ensure that the USMA Form 13-16, Personnel Background Check, dated Apr 06, is submitted within 10 days prior to personnel starting projects on West Point, depending on when contract is awarded and work is scheduled to start. Waivers are made for the 10 day suspense on a case by case basis, in emergency situations as needed only.(4) Will ensure that all identified contractors requiring a CAC and/or government computer access, submit fingerprints and complete a NACI investigation submission via EQIP, prior to being issued a CAC and/or given access to the government computer network.(5) Will ensure that all government issued identification and vehicle stickers are confiscated from contractors/subcontractors upon termination of employment or end of project. These items will be returned to MPD and DES.(6) Will ensure that all contractors requiring access to the Installation have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer.FORCE PROTECTION CONDITIONS (FPCON’s) CLAUSEa. During higher Force Protection Conditions (FPCON’s) Contract personnel are required to comply with all Antiterrorism policies and procedures while on the installation. Contract personnel may be directed to enter the installation through certain access control points where they can best be identified and searched. Contractor personnel may be prohibited from certain portions of the installation during exercises and actual emergencies.b. Contractors will comply with parking restrictions and will not park in unauthorized parking areas or within 82 feet of an inhabited building when directed.c. Access control roster (personnel and vehicles) must be provided. Names / vehicles verified by the company and received background screening. Substitutes receive same vetting process prior to work.d. All contractor personnel and vehicles are subject to search while on the installatione. In the event of an identified restricted/exclusion area, the contractor personnel will not be authorized without specific permission or an escort.f. Access may be denied during increased readiness or Force Protection Conditions (FPCON’s).ALIEN EMPLOYMENTThe contractor shall not employ any alien who does not have a valid US Immigration I-551 or I-94. The contractor shall provide valid social security numbers and citizenship status of all employees to the Government, upon request.E-VERIFYE-Verify is an Internet based system operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA) that allows participating employers to electronically verify the employment eligibility of their newly hired employees. E-Verify is currently free to employers and is available in all 50 states. E-Verify provides an automated link to federal databases to help employers determine employment eligibility of new hires and the validity of their Social Security numbers. E-Verify are the best means for determining employment eligibility of new hires and the validity of their Social Security numbers.Contractors shall use E-Verify on all employees that will be working on this installation, under this contract. This shall be done prior to the employee starting work on the installation.For E-Verify information: www.dhs.gov/E-Verify 1-888-464-4218The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Additional information about trafficking in persons may be found at the website for the Department of State’s Office to Monitor and Combat Trafficking in Persons’ at http://www.state.gov/g/tip. Government contracts shall —(a) Prohibit contractors, contractor employees, subcontractors, and subcontractor employees from —(1) Engaging in severe forms of trafficking in persons during the period of performance of the contract;(2) Procuring commercial sex acts during the period of performance of the contract; or(3) Using forced labor in the performance of the contract;(b) Require contractors and subcontractors to notify employees of the prohibited activities described in paragraph (a) of this section and the actions that may be taken against them for violations; and(c) Impose suitable remedies, including termination, on contractors that fail to comply with the requirements of paragraphs (a) and (b) of this section.CONTRACTOR VEHICLES (Must comply with parking policy dated 29 July 2013).The local general, visitor, and government designated parking areas SHALL NOT be used by the contractor. No general contractor or subcontractor employee parking is available near the immediate site. The contractor will need to identify and locate parking facilities for general and subcontractors off of West Point and provide a means for shuttling workers to the site. West Point shuttle services will not be used for transporting workers to the site.Contractors and construction vehicles can only park in pre approved designated staging areas or as identified in their contract. Central Area Parking is reserved for Staff and Faculty and requires a special pass. In accordance with AR 190-5, persons who operate a motor vehicle on West Point shall be deemed to have given consent for the removal and temporary impoundment of the privately owned vehicle (POV) and construction equipment when it is:(1) Parked illegally(2) Interfering with operations(3) Creating a safety hazard(4) Left unattended in a restricted or controlled area(5) Parked in a Central Parking Area (CPA) lot without the proper CPA Pass(6) Parked in a reserved space authorized by the Installation CommanderThe COR overseeing the contract will review and coordinate all contractor pass requests.PERIOD OF PERFORMANCE: July 1, 2024 - through - June 30, 2025In response to this sources sought, please provide:1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dennis Cook, at dennis.j.cook8.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

West Point ,
 NY  10996  USALocation

Place Of Performance : N/A

Country : United StatesState : New YorkCity : West Point

Office Address : KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE WEST POINT , NY 10996-1514 USA

Country : United StatesState : New YorkCity : West Point

You may also like

COURIER AND EXPRESS DELIVERY SERVICES

Due: 30 Sep, 2024 (in 5 months)Agency: OFFICES, BOARDS AND DIVISIONS

Delivery Services - Small Package - FedEx & UPS (NASPO ValuePoint)

Due: 27 Nov, 2026 (in about 2 years)Agency: State Of North Dakota

NON-LAB COURIER SERVICES FOR THE IRON MOUNTAIN VA HOSPITAL&SURROUNDING CBOC'S

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 519210Libraries and Archives
pscCode R605Library Services