Services - Commercial Items Format



REQUEST FOR QUOTATIONS #19UP3021Q0005DIPLOMATIC POUCH AND MAIL SERVICESSCOPE OF SERVICES The Contractor shall provide Diplomatic Pouch and Mail (DPM) Services to the U.S. Embassy Kyiv (4 Ihor Sikorsky St., Kyiv) during the period of February 1 - April 30, 2021. The summary of services includes the following:Outbound DPM shipments:Pick up from the Embassy and secure transportation to Kyiv Boryspil airport (KBP); andProviding all freight forwarding services.Inbound DPM shipments:Providing all terminal and customs clearance services; andDelivery from KBP to the Embassy.Loading and unloading of DPM shipments at KBP and at the Embassy; and Safeguarding of all inbound and outbound DPM shipments in transit between KBP and the Embassy. Pickup and delivery of DPM shipments will be performed Monday through Friday, unless it is a Ukrainian or United States Holiday or unless otherwise advised (in advance) by the Embassy. A specific schedule will be determined after award.PRICING AND PAYMENT INFORMATION The prices shall be firm fixed and include all direct and indirect costs for providing services. The Offeror may submit prices in Ukrainian Hryvnyas or in US dollars. In case the prices are submitted in US dollars, the payments will be performed anyway in Ukrainian Hryvnyas.Option A. Prices will be converted based on the U.S. disbursing officer rate of exchange, available at , the exchange rate in effect the day an invoice is processed for payment by the post Financial Management Officer. Option B. Prices will be converted based on the National Bank of Ukraine rate of exchange USD/UAH on the date of the invoice that cannot be earlier than acceptance of services.Please mark by X one acceptable option: Option A Option B According to U.S. Federal Acquisition Regulations (FAR), advance payments are prohibited. Payments shall be made upon receipt of goods or services by the customer/Embassy representative. Pursuant to the Prompt Payment Act of the FAR, the U.S. Government must make the payment within 30 calendar days after receipt of the goods/services and a valid invoice. Please confirm in your offer that these payment terms are acceptable by your company Prices for DPM servicesServiceUnit MeasureEstimated Three-Months QuantityPrice per Unit Measure, VAT excl.… specify currency…Price per Unit Measure, VAT incl.... specify currency…Total Estimated Amount, VAT excl.... specify currency…Total Estimated Amount, VAT excl.... specify currency…Pickup and delivery of incoming DPM shipments from KBP to the Embassy including porting service (0-400 kgs per service)Service18Pickup and delivery of incoming DPM shipments from KBP to the Embassy including porting service (401-800 kgs per service)Service12Pickup and delivery of incoming DPM shipments from KBP to the Embassy including porting service (801-1,200 kgs per service)Service9Pickup and delivery of outgoing DPM from the Embassy to KBP including porting servicesService14Broker handling fee for incoming AWBService45Creating AWB for outgoing DPM shipmentsService14Customs clearance and insurance broker fees for outgoing AWB’sService26Airfreight and airport charges for outgoing DPM shipments from KBP to IAD (Dulles International Airport, Washington D.C.) Kilogram2,400Monthly terminal charges according to actual invoices from KBPService3TOTAL ESTIMATED AMOUNT:REGISTARTION IN SYSTEM FOR AWARD MANAGEMENTAccording to FAR 4.1102 and FAR 52.204-7 if amount of contract action exceeds $30,000.00, all prospective offerors should be registered in System for Award Management (SAM,?)?at the time an offer or?a?quotation is submitted,??and shall continue to be registered until time of?the?award?of the contract, during performance, and through final payment?under the contract.?In case?the offeror is not registered in SAM at the time an offer or?a?quotation is submitted, the Contracting Officer will proceed?with an?award to the next otherwise successful registered offeror.NDAA COMPLIANCEFor offers within $10,000.00- $30,000.00: To be considered for the award, all vendors submitting offers or quotations for this requirement must have active DUNS number available for public check at??and a self-certified conformance in the attached Express?NDAA?Certification Form. Vendors that fail to complete self-certification form or present a record that does not reflect conformance at FAR 52.204-24 and FAR 52.204-26 will not be considered for the award.?For offers of $30,000.00 and up:?To be considered for the award, all vendors submitting offers or quotations for this requirement must self-certify conformance in their profile at representations as required in FAR 52.204-24, FAR 52.204-25 and FAR 52.204-26 and in attached?Express?NDAA?Certification Form in accordance with FAR Interim Rule 2019-009. Vendors that fail to complete self-certification or present a record that does not reflect conformance at FAR 52.204-24,?FAR 52.204-26 and FAR 52.212-3 (v) within and in?Express?NDAA?Certification Form will not be considered for the award.?REQUIREMENTS TO THE QUOTEIn order for a quotation to be considered, you must submit the following:Price offer, payment option and confirmation that payment terms specified in paragraph 2 are acceptable for your rmation demonstrating the offeror’s/quoter’s ability to perform, including: Evidence that the offeror/quoter operates an established business with a permanent address (copy of State Registration Certificate or extract from the State Register of Legal Entities and Organizations, copy of Certificate of VAT or Single Tax Payer etc.). General information about the offeror/quoter (including but not limited to the history of the company, main types of activity, achievements, membership and association certificates if applicable). DUNS Number and status of registration in System for Award Management (). Financial statement for the one last year. List of clients over the past three years, demonstrating prior experience with relevant past performance information and references (provide contact names, telephone numbers and email addresses). Offerors are advised that the past performance information requested above may be discussed with the client’s contact person. The Government will use past performance information primarily to assess an offeror’s capability to meet the solicitation performance requirements, including the relevance and successful performance of the offeror’s work experience. The Government may also use this data to evaluate the credibility of the offeror’s proposal. In addition, the Contracting Officer may use past performance information in making a determination of responsibility. A copy of official Extract from the Register of customs brokers of Ukraine. According to the Customs Code of Ukraine (Article 405) No. 4495-VI dated March 13, 2012, and Procedure of the submission and consideration of applications and granting of permit for the implementation of the customs brokerage activity (Chapter I, Articles 3 and 4) approved by Decree of Ministry of Finance of Ukraine “On activity of customs brokers” No.693 dated August 04, 2015, the company should obtain the Permit for implementation of customs brokerage activity from State Fiscal Service of Ukraine and Administration of State Border Guard Service of Ukraine. The company granted the Permit for implementation of customs brokerage activity is included in the Register of customs brokers and may receive the official Extract from this Register. Evidence that the offeror/quoter can provide the necessary personnel and equipment, have a fleet of at least two owned or rented cargo trucks/vans, agreements with all major airlines in Ukraine, and have financial resources needed to perform the work. Description of cargo motor vehicles to be used for the transport of shipments, including photos of vehicles, copies of state registration certificates and copies of Mandatory Third Party Liability Insurance Policies of vehicles. Any cargo motor vehicles that are in contractor’s use have to be registered on the Ukrainian license plates and insured as required by the local transportation and road traffic legislative norms to be in compliance with the transportation and packing business practice requirements (according to the Law of Ukraine “On motor transport” No. № 2344-III dated April 05, 2001; Resolution of Cabinet of Ministers of Ukraine “On the approval of the procedure of state registration (re-registration), eregistration of automobiles, buses, and self- propelled machines, cars constructed on the chassis, motorcycles of all types, makes and models, trailers, semi-trailers, sidecars and other equated vehicles and mopeds” No. 1388 dated September 07, 1998; Law of Ukraine “On mandatory insurance of civil liability of owners of land vehicles” No. № 1961-IV dated July 01, 2004). A copy of labor agreement with at least one certified customs broker capable of clearing diplomatic shipments. Statement regarding Worker’s compensation insurance according to the Ukrainian law (statement that all workers are insured according to the Law of Ukraine “On Mandatory State Social Security”).The quantity of citizen(s) and/or lawful resident(s) of the United States of America employed by the Contactor, if any. If citizen(s) and/or lawful resident(s) of the United States of America are employed by the Contactor, the evidence of Defense Base Act Insurance or a statement for said employees should be provided. The Offeror shall include Defense Base Act (DBA) insurance premium costs covering employees. ?The Offeror may obtain DBA insurance directly from any Department of Labor approved providers at the DOL website at .All information and documents must be in English as required by FAR 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991). The copies of legal documents (State Registration Certificate, Tax-Payer Certificate, licenses etc.) may be submitted in the original language but must be accompanied by a short English translation.Please note that if you are going to submit your quotation in archive folders, only ZIP-format should be used.EVALUATION FACTORSThe Government intends to award a contract/purchase order resulting from this Request for Quotations to the lowest priced, technically acceptable offeror/quoter who is a responsible contractor. The evaluation process shall include the following:(a)Compliance Review. The Government will perform an initial review of offers/quotations received to determine compliance with the terms of the Request for Quotations. The Government may reject as unacceptable offers/quotations that do not conform to the Request for Quotations.(b)Technical Acceptability. Technical acceptability will include a review of past performance and experience as defined in paragraph 5, along with any technical information provided by the offeror with its offer/quotation, including:Demonstration that offeror is eligible to perform customs brokerage activity in Ukraine. The offeror shall have the Permit for implementation of customs brokerage activity from State Fiscal Service of Ukraine and Administration of State Border Guard Service of Ukraine according to the Customs Code of Ukraine (Article 405) No. 4495-VI dated March 13, 2012, and Procedure of the submission and consideration of applications and granting of permit for the implementation of the customs brokerage activity (Chapter I, Articles 3 and 4) approved by Decree of Ministry of Finance of Ukraine “On activity of customs brokers” No.693 dated August 04, 2015. This Permit shall be issued directly to the offeror, and subcontracting of customs brokerage activity is unacceptable.Demonstration that the offeror’s fleet consists of at least two owned or rented cargo motor vehicles.Demonstration that any cargo motor vehicles that are in contractor’s use are registered on the Ukrainian license plates and insured as required by the local transportation and road traffic legislative norms to be in compliance with the transportation and packing business practice requirements (according to the Law of Ukraine “On motor transport” No. № 2344-III dated April 05, 2001; Resolution of Cabinet of Ministers of Ukraine “On the approval of the procedure of state registration (re-registration), deregistration of automobiles, buses, and self-propelled machines, cars constructed on the chassis, motorcycles of all types, makes and models, trailers, semi-trailers, sidecars and other equated vehicles and mopeds” No. 1388 dated September 07, 2017; Law of Ukraine “On mandatory insurance of civil liability of owners of land vehicles” No. № 1961-IV dated July 01, 2004) (Section 1, Attachment 1, Performance Work Statement Continuation, paragraph 18).Demonstration that offeror has employed professional staff to perform all required services. The contractor should provide a proof of labor agreement with at least one certified customs broker capable of clearing diplomatic shipments. (c)Price Evaluation. The Government reserves the right to reject proposals that are unreasonably low or high in price.(d)Responsibility Determination. Responsibility will be determined by analyzing whether the apparent successful offeror complies with the requirements of FAR 9.1, including:adequate financial resources or the ability to obtain them;ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments;satisfactory record of integrity and business ethics;necessary organization, experience, and skills or the ability to obtain them;necessary equipment and facilities or the ability to obtain them; andbe otherwise qualified and eligible to receive an award under applicable laws and regulations.SUBMISSION OF QUOTESThe complete quotation must be submitted electronically on or before 15:00 January 26, 2021 to KyivSolicitations@ with subject line “Diplomatic Pouch and Mail Services (#19UP3021Q0005)”. No quotations will be accepted after this time. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download