SOLICITATION NOTICE
V -- Forest Service Office Relocation
- Notice Date
- 4/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of Agriculture, Forest Service, R-10 Tongass National Forest, Federal Building, 648 Mission St. Acquisition Management, Ketchikan, AK, 99901, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-0114-S-07-0016
- Response Due
- 5/14/2007
- Archive Date
- 5/29/2007
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number AG-0114-S-07-0016. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 484210 with a small business size standard of (not to exceed) $23.5M. (v) Contractor shall quote the following CLIN: FOREST SERVICE Office Relocation $_____________ NOTES (Additional Terms & Conditions): Charges for additional services, not approved in advanced by the Contracting Officer, shall be at the Contractors expense. CLAUSES FAR 52.212-1, Instructions to Quoters-- Commercial Items (Jan 2004), applies to the acquisition. In addition to written quotes, quoters are instructed to provide recommendations from previous customers with a point of contact and phone number describing qualifications to perform requirements listed above, and product literature if quoting an equal product. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest price to the desired Forest Service schedule. The quoter must have completed Online Representations and Certifications Application (ORCA), provision located at FAR 52.212-3, Quoter Representations and Certifications -- Commercial Items (May 2004). The website address is https://orca.bpn.gov/ FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2006). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26), (31). The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.252-2, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.232-36, Payment by Third Party (May 1999); 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price. (End of clause) WAGE DETERMINATION 96-0061 16 FL/HH/MS [11,16,18] REGISTER OF WAGE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor WAGE AND HOUR DIVISION WASHINGTON, D.C. 20210 William W. Gross - Division of Wage - Wage Determination No: 1996-0061 Director Determinations Revision No: 16 Date Of Revision: 05/24/2006 State: Alaska Area: Alaska Statewide **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE Food & Lodging: (not set) - Food Service Worker 9.64 07041 - Cook I 12.29 07042 - Cook II 14.95 07070 - Dishwasher 8.75 07250 - Waiter/Waitress 8.75 11060 - Elevator Operator 8.75 11210 - Laborer, Grounds Maintenance 9.64 11240 - Maid or Houseman 9.64 99030 - Cashier 9.64 99050 - Desk Clerk (1)9.64 Halfway House & Residential Community Treatment: (not set) - Food Service Worker 9.64 (not set) - Secretary 14.55 01011 - Accounting Clerk I 11.93 01012 - Accounting Clerk II 13.18 01115 - General Clerk I 10.80 01611 - Word Processor I 10.80 07041 - Cook I 12.29 07042 - Cook II 14.95 07070 - Dishwasher 8.75 11150 - Janitor 9.64 11210 - Laborer, Grounds Maintenance 9.64 11240 - Maid or Houseman 9.64 23370 - General Maintenance Worker 13.17 27101 - Guard I 10.85 27102 - Guard II 11.80 99050 - Desk Clerk (1)10.80 Moving & Storage: 21040 - Material Handling Laborer 10.52 21071 - Forklift Operator 12.29 21130 - Shipping Packer 12.29 21400 - Warehouse Specialist 12.29 31361 - Truckdriver, Light Truck 12.29 31362 - Truckdriver, Medium Truck 13.17 31363 - Truckdriver, Heavy Truck 14.06 31364 - Truckdriver, Tractor-Trailer 14.95 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.01 per hour or $120.40 per week or $521.73 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eleven paid holidays per year: New Years Day, Martin Luther King Jrs Birthday, Washingtons Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS as numbered): 1) Rates are applicable only under the appropriate occupational category. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** NOTES APPLYING TO THIS WAGE DETERMINATION ** Under the policy and guidance contained in All Agency Memorandum No. 159, the Wage and Hour Division does not recognize, for section 4(c) purposes, prospective wage rates and fringe benefit provisions that are effective only upon such contingencies as "approval of Wage and Hour, issuance of a wage determination, incorporation of the wage determination in the contract, adjusting the contract price, etc." (The relevant CBA section) in the collective bargaining agreement between (the parties) contains contingency language that Wage and Hour does not recognize as reflecting "arm's length negotiation" under section 4(c) of the Act and 29 C.F.R. 5.11(a) of the regulations. This wage determination therefore reflects the actual CBA wage rates and fringe benefits paid under the predecessor contract. Source of Occupational Title and Descriptions: The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by the Third Supplement, dated March 1997, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job descriptions may also be obtained from the appropriate contracting officer. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. STATEMENT OF WORK 1. PURPOSE The Forest Service requires local move of the Juneau Ranger District and Admiralty Ranger District, Juneau, Alaska. Goal: Offices moved and data/phones hooked up in 6 days, with the Minerals Group to be moved first. 2. SCOPE OF WORK The contractor shall provide all necessary labor, equipment and supervision to perform a local move of the Juneau Ranger District and Admiralty Ranger District, Juneau, Alaska. The performance period for the office move will be between June 1, 2007 to June 6, and the equipment bays can be extended to June 29, 2007. The work includes packing and relocation of office furniture, equipment, owner-packed boxes, file cabinets, safes, conference tables, map drawer cabinets, sensitive electronic equipment, and other items as shown at the Pre-Bid Meeting. GOVERNMENT FURNISHED MATERIALS: NONE PROJECT LOCATION: Current configuration of Forest Service offices, equipment bays, annexes and outbuildings are listed as follows: Juneau Ranger District (JRD): 8465 Old Dairy Road, Juneau, AK 99801 Includes 3 equipment bays, collectively 10,820 SF The two-story office space is 8,000 SF Tongass Minerals Group Annex Office (TMG); second floor of the Urgent Care Building: 8505 Old Dairy Road, Juneau, AK 99801, 1,584 SF. Admiralty National Monument (ANM): 8461 Old Dairy Road, Juneau, AK 99801 2,140 SF Includes one annex office (see below) The move location is 8510 Mendenhall Loop Road. New location of items will either be to the office building or two outbuildings on site. The distance between the Old Dairy Road facilities and the Mendenhall Loop Road facilities is approximately 2.1 miles on paved roads. Pre-Bid conference will be held: Date: May 7, 2007 Time: 10:00 a.m. Location: Juneau District Office Conference Room; 8465 Old Dairy Road, Juneau, AK 99801 AGAR 452.237-71 Pre-Bid/Pre-Proposal Conference (FEB 1988) (a) The Government is planning a pre-bid/pre-proposal conference, during which potential quoters may obtain a better understanding of the work required. (b) Quoters are encouraged to submit all questions in writing at least five (5) days prior to the conference. Questions will be considered at any time prior to or during the conference. However, Quoters will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and answers, and a list of attendees, will be posted as an amendment to this combined synopsis/solicitation. (c) In order to facilitate conference preparations, it is requested that participants contact Martha DeFreest, telephone (907) 790-7409, and advise regarding the number of persons who will attend. (d) The Government assumes no responsibility for any expense incurred by an Quoter prior to contract award. (e) Quoters are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the Quoter to seek clarification prior to submitting an offer. 3. SPECIFIC TASKS 3.1 CONTRACTOR SPECIFIC RESPONSIBILITIES The services shall include the following: (1) Furnish all packing containers and related supplies such as boxes or cartons, padding material, marking material, sealing tape, labels, etc. necessary for the move. The contractor shall be responsible to determine the number and size of packing containers to be utilized. Delivery of these supplies shall be at no additional cost to the government. (2) Contractor shall specify whether or not packing containers are to be returned to contractor. (3) Provide a working point of contact for the duration of the relocation. The working point of contact will be responsible for directing the daily activities of the workers provided for the relocation. This individual will also be responsible for coordinating phases of the relocation with the Contracting Officers Representative (COR) on a regular basis. (4) Perform packing of all personal computers identified for moving. This is to include all peripheral equipment. (5) Move file cabinets and files in such a way as to keep filing in order during relocation. (6) Load and transport the property to its new location. (7) Load and transport office boxes packed by Forest Service. The contents in and on desks, shelves, bookcases, cabinets, safes, closets, and lateral files will be boxed and labeled by Forest Service for relocation. Vertical file contents typically will remain in the file cabinet for transport. The Contractor will notify the COR if movement of such a file will cause damage to the cabinet. (8) Unload and place the property in its new location as directed by the designated COR. (9) Remove all padding, packing material cartons from the premises. (10) Furnish hand trucks, carts, dollies and any other equipment commonly used for relocation services. (11) Disassemble any items when necessary for the safe and efficient transportation and re-assemble at new location, as determined by the COR. (12) Vehicles: a. The contractor shall furnish clean and sound closed type vehicles of sufficient size and number to accommodate the move. All vehicles must be equipped with sufficient pads, covers and other protective equipment to ensure safe transit and delivery of the property. b. Contractor shall obtain necessary clearances or permits, if any, that may be required by the local municipality for parking on street during loading or unloading phase of relocation. (13) Protection a. Furnish padding and/or other protective materials necessary to protect move items and building interiors including floors and walls. b. A walk through will be made following completion of the move with a designated representative of the US Forest Service and building manager to determine any damages to the property or premises of both office sites resulting from the move. (14) Liability: The contractor shall exercise every possible measure to protect/avoid damage to articles being moved by proper packing and moving procedures and delivery to destination in the same original condition as prior to movement. (15) Time of delivery: Approximate dates for provision of services are anticipated to be between June 1 and June 29, 2007. The Contractor shall furnish all necessary services required to accomplish the move on the dates negotiated and to complete each days move as scheduled. (16) Schedule: The Contractor will be required to provide an operations plan showing the move strategy of offices (Tongass Minerals Group at the Urgent Care Annex; Admiralty National Monument Office; Juneau Ranger District Office) at the pre-work conference for approval by the Contracting Officer. The strategy will outline a plan of work to transfer office and equipment bay contents for efficient and timely completion of services. 3.2 GOVERNMENT RESPONSIBILITIES The packing and placing of all office files/documents in cardboard boxes shall be the responsibility of Government personnel. All computers/printers and any forms of electrical/electronic equipments needed to be moved by the contractor shall be unplugged from the wall and unwired prior to the arrival of the movers. 4. PERIOD OF PERFORMANCE The desired Forest Service move schedule is listed below. If Quoters cannot meet the schedule, they are to submit an alternate schedule and will be evaluated on how closely they can match the original. The transfer and activation of phones and data ports by Forest Service is scheduled to begin the morning of June 1, 2007 concurrent with moving the offices. Activities supporting the transfer of phones and data ports will not interfere with the Moving Contractors employees. June 1 (Friday) through June 4 (Monday) Move Admiralty National Monument Offices and Tongass Minerals Group Offices to the new facility. June 4 (Monday) through June 6 (Wednesday) Move Juneau Ranger District offices to the new facility, completing office transport work by COB June 6. June 5 through June 29 Move equipment bays 1 through 3 to the new facility. Following the move of equipment out of the bays, move Surplus-Tagged items from any office involved in the move to the Equipment Bay #1. Interested vendors may wish to contact the contract officer listed below if they have any questions. Check back to this website on the work day preceding the conference to make sure it hasn?t been amended or postponed. 5. EVALUATION FACTORS FOR AWARD The following factors will be evaluated to determine best value for contract award: 1. Price 2. Schedule The USDA is an equal opportunity provider and employer.
- Place of Performance
- Address: Juneau, AK
- Zip Code: 99801
- Country: UNITED STATES
- Zip Code: 99801
- Record
- SN01277693-W 20070422/070420220317 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |