Qandala Home                           Qandala PSS
V - Somalia Mission
De Partment Justice
General Information
Document Type:
Presolicitation Notice
Solicitation Number:
HQ-2-R-00018
Posted Date:
Jan 29, 2002
Original Response Date:
Feb 06, 2002
Current Response Date:
Feb 06, 2002
Archive Date:
Feb 21, 2002
Classification Code:
V -- Transportation, travel, & relocation services
Contracting Office Address
Department of Justice, Immigration & Naturalization Service, Headquarter's Procurement Division, 425 I Street, N.W. Room 2208, Washington, DC, 20536
Description
(i) This is a 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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation number HQ-2-R-00018 is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. (iv) All potential offerors shall submit quotations for all of the service areas specified below in section (v) of this solicitation. The government will consider all offers on an unrestricted basis. If a minimum of two offers from qualified small business concerns are not received, the award for the area specified in Section (v) will be made on the basis of full and open competition from among all responsible business concerns submitting offers. The North American Industry Classification System (NAICS) is 481211. (v) The contract line items are CLIN 001- Fly approximately 30 Somalia nationals from Niagara Falls, New York (IAG) to Mogadishu, Somalia (HCMM). Food service shall be included. The airlift must fly from IAG during the business week of February 11 - February 15, 2002. Arrival time at Mogadishu, Somalia must be during daylight hours. Each detainee is allowed 40 pounds of baggage. CLIN 002 - Security and medical support for the duration of the flight. Vendor must provide appropriate security (Guard II) for the aircraft. At a minimum the vendor SHALL propose one (1) escort per four (4) detainees. The appropriate labor category for security is Guard II. The aliens may be restrained (hard restrains) throughout the mission. United States Immigration will turn over all documents to the vendor at Niagara Falls and the vendor will turn the paperwork to the Immigration Authority in Somalia. Additionally, vendor shall provide one (1) Registered Nurse (RN) to escort the detainees. The RN will be required to dispense/administer prescription medication to the detainees during the flight. Any such prescription medication(s) will be provided by United States Immigration at Niagara Falls. (vi) SCOPE AND GENERAL REQUIREMENTS: The Immigration and Naturalization Service has a requirement for transporting Somalia nationals from Niagara Falls, New York (IAG) to Mogadishu, Somalia (HCMM). The airlift must fly from IAG during the business week of February 11 - February 15, 2002. Full compliance with local FAA rules and regulations for performance of this mission is required. Food service must be included. The Fly American Act requirements are not applied to this acquisition according to FAR 47.405 Contract clause: "This clause does not apply to contracts awarded using the simplified acquisition procedures in Part 13 or contracts for commercial items (see Part 12). (viii) FAR 52.212-1, "Instructions to Offerors-Commercial Items", is incorporated by reference. (ix) FAR 52.212-2, "Evaluation-Commercial Items" (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and whose price represents the lowest cost to the Government. Quotations shall include a proposal on Company letterhead, signed, or a SF1449 for requested items. (b) PAST PERFORMANCE: Offerors shall submit past performance information with their Quote. At a minimum, offerors shall submit three recent and relevant customer points of contact, with the phone numbers for similar services. Past performance will be included in making the responsibility determination. Offerors without relevant past performance will receive a neutral rating. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror, Representations and Certifications-Commercial Items", with their Quote. (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items", is incorporated by reference. (xii) FAR 52.212-5 "Contract terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items", is incorporated by reference. (xiii, xiv & xv not applicable) (xvi) Responses to this solicitation are due no later than FEBRUARY 06, 2002 by 2:00 PM. Eastern Standard Time. All written quotations shall be sent to INS, HQ Procurement Division, 425 I St. NW, Room 2208, Washington, DC 20536. ATTN: Bhawana Sharma. FACSIMILE AND E-MAIL (VIRUS FREE) QUOTES WILL BE ACCEPTED. Vendor is responsible for verifying receipt of fax and or e-mail. Questions pertaining to this RFQ must be in writing and shall be submitted via e-mail to Bhawana.Sharma@USDOJ.gov. THE CUT OFF DATE FOR QUESTIONS IS FEBRUARY 01, 2002, 1:00 PM EST; AFTER SUCH TIME QUESTIONS WILL NOT BE ANSWERED. (xvii) All offers should be addressed to Bhawana Sharma and reference # HQ-2-R-00018.
Point of Contact
Bhawana Sharma, Contract Specialist, Phone 202-353-1656, Fax 202-514-3353, Email bhawana.sharma@usdoj.gov - Jan Wisor, Contracting Officer, Phone 202-305-2130, Fax 202-514-3353, Email jan.k.wisor@usdoj.gov
Copyright © 2001 By Qandala.