Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

V -- Fort Carson has a requirement for moving, transportation, storage, and/or disposal of government property currently located in facilities at Fort Carson. Some property may require assembly/disassembly.

Notice Date
6/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-11-A-0011
 
Response Due
6/27/2011
 
Archive Date
8/26/2011
 
Point of Contact
Crystal Price, 719-526-2338
 
E-Mail Address
MICC - Fort Carson
(crystal.l.price@us.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 13 (Simplified Acquisition Procedures) and Subpart 12.6 (Streamlined Procedures for Commercial Items), 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. Quotes shall reference solicitation number W911RZ-11-A-0011. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. Fort Carson intends to award multiple Blanket Purchase Agreements for moving, transportation, storage, and/or disposal of government property. The North American Industrial Classification System (NAICS) code for this procurement is 484210. This requirement is set aside 100% for Women-Owned-Small Businesses. Due to the possibility of a short turn-around time and the requirement for site visits, it is recommended that the Contractor's facility be located within 100 miles of Fort Carson, CO 80913. PERFORMANCE WORK STATEMENT 1.Scope of Work: The objective of this agreement is the removal, transportation, storage, reinstallation and disposal of government property currently located in facilities at Fort Carson. Some property may require disassembly/assembly. 2.Types of Furnishings Involved: Government property including, but not limited to, the following: Beds with head/foot boards and bedsprings, captain beds with underneath storage compartments, mattresses, office desks, modular workstations with or without power source, carrels, davenports, bookcases, hutches, lecterns and podiums, credenzas, dressers and chests of drawers, wardrobes, lockers and cabinets, display cases, shelving and/or racks, armoires, nightstands, sofas, loveseats, settees and ottomans, student easy and recliner chairs, special seating and benches, desk tables and floor lamps, lounge, kitchen, end, coffee, occasional, work surface, office and conference tables, stands or carts used for household electronics, appliances and miscellaneous office equipment, entertainment centers, clothes washers, electric dryers, ranges and stoves, microwaves, refrigerators and freezers, room and big screen televisions, VCR's and DVD's, wall artwork, artificial plants, window blinds and/or draperies, vacuums, floor and carpet scrubbers, polishers and extractors, game tables, recreational/dayroom furniture and/or equipment, trash containers. Property may include office personal belongings, files and/or other artifacts. a.Furnishings range in weight from under 25 pounds up to several hundred pounds. Facilities may have multiple floor plans. In the absence of facility elevators, primary method of handling may be through interior stairwell accesses. b.No hazardous or flammable materials are to be moved including, but not limited to, chemicals or lawn mowers. c.Contractor shall transport all property determined and tagged unserviceable by the Single Soldiers Housing Management Office/Officer to off-post commercial disposal sites. Contractor is solely responsible for the disposal of all unserviceable property as designated and tagged to include providing and coordinating for commercial disposal containers, dumpsters and roll-offs. Contractor shall provide documentation of disposal to Single Soldiers Housing Management Office/Officer to insure accountability measures. Property identified as serviceable may be redirected to storage locations and/or new occupancy locations. 3.General: As required, the contractor shall provide all necessary materials, equipment, labor, supervision and management to properly move/remove, disassemble if required, protect property from damage, load/unload, transport, place in storage, install/re-install when directed, reassemble as required and dispose of all unserviceable furnishings property. a.Assembly: All furnishings and equipment shall be level, plumb, square and in proper alignment with adjoining furniture. Furnishings shall be securely attached to the building where applicable. If required, the contractor shall reverse doors and handles on refrigerators. b.Protection/Breakage/Repair and Replacement of Property: The contractor shall protect all items from damage using commercially acceptable packing and crating materials. The Contractor shall take precaution against damage to the building, grounds and all furnishings. The contractor shall repair or replace any items, buildings, floors or grounds damaged due to negligence and/or direct action by the contractor using materials of the same quality, size, texture and/or color to match adjacent existing work or product. (1)The source for all repairs beyond simple surface cleaning is: for real property, the Fort Carson Directorate of Public Works, Base Operations; and for all property considered furnishings, the Directorate of Public Works, Single Soldiers Housing Management Office/Officer. This is necessitated so that building and furnishings appearance, quality and warranty issues may be maintained. Concurrence of the DPW assigned this responsibility is required before the contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture and/or color to match adjacent existing work. (2)The contractor shall be responsible for security of the area in which work is being performed and prior to completion and transfer to the Single Soldiers Housing Management Office/Officer. The contractor shall maintain accountability and control of any keys provided, and shall return them upon completion of work to the Single Soldiers Housing Program Manager assigned. (3)The contractor shall perform an inspection of the building/s and grounds with the Single Soldiers Housing program manager prior to, and after completion of work. The contractor shall repair or replace any items, components, buildings or grounds damaged due to negligence and/or direct action by the contractor. c.Copiers, Mainframe Computers, Vending Machines: There is no requirement for the contractor to move, transport, assemble/disassemble, or account for these items or IT equipment. d.Storage Facilities: Contractor provided storage facilities shall be clean, secure, pest and rodent free, include a fire protection system and protect against the elements. The storage will be for barracks furnishings and appliances as well as administration furniture. The Government may require delivery in partial or full with as little as 5 days notice. The Government will not require a key to the facility. The facility will remain under the control and security of the contractor. The contractor shall make access available to the government upon request and shall escort the government personnel to ensure inventory accountability. The facilities may be required to be climate controlled depending on the items being stored. e.Clean Up and Waste Removal: The contractor shall be responsible for facility cleanup, removal and disposal of all trash, debris, un-usable material and waste connected with work performed under this contract. Final acceptance of work will not occur until all trash, debris and waste connected with the work is removed and properly disposed of. The Contractor shall notify the Single Soldiers Housing Management Office/Officer if hazardous substances are encountered. The Single Soldiers Housing Management Office/Officer will dispose of hazardous substances. Resource Conservation and Recovery Act and all other applicable federal, state and local laws and regulations. (1)Any cardboard products shall be properly recycled through the Fort Carson Recycle yard, located in Building 155. (2)Unserviceable wooden crates, pallets or other wooden reinforcements used, will be properly disposed of through the Fort Carson transfer point. (3)Personal trash (food, wrappers, drinks, etc.) shall be removed from the site on a daily basis by the contractor. f.Hours of Work: The Government's regular working hours are from 0800 to 1630, Monday through Friday except Federal holidays. All requests to change or adjust working hours must be submitted for approval in writing through the Contracting Officer's Representative (COR) to the Contracting Officer (KO) 72 hours prior to the desired work date. Federal Holidays New Year's Day1 January Martin Luther King Jr.'s Birthday3rd Monday in January President's Day3rd Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's Day11 November Thanksgiving Day4th Thursday in November Christmas Day25 December When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays. Weekends: In order to meet move in/move out timelines and or installation occupancy urgencies, work may be required during weekends, Saturdays and Sundays. All work performed during other than normal working hours must be approved in advance by the COR. g.How often work is to be performed: As required and designated by the BPA Calls issued under this agreement. h.Where work is to be performed: Fort Carson facilities as well as storage facilities off-post. i.Government point of contact/and Coordinator: The Directorate of Public Works, Single Soldiers Housing Management Office/Officer is the proponent for all furnishings property accountability on Fort Carson. COR shall be an employee of the DPW, Single Soldiers Housing Management Office/Officer, phone number 719-526-2643. Logistical discussions, security issues; i.e. getting on and off post, furnishings installation timelines, processes and work issues may be discussed and coordinated with the COR. Inspection, conformity and work acceptance documentation shall be certified by COR, copies of which shall be provided to the Fort Carson Contracting Office for review, filing and payment. j.Facility capacity range: The buildings involved in the moves contain the following number of space (rooms): Generally between 10-180 spaces Occasionally up to 240 spaces Infrequently up to 336 spaces 4.Employee Conduct: The Contractor shall not allow any employee to perform work who has illegal possession of, or who is under the influence of alcohol or controlled substances. Government rules, regulations, laws, directives, and requirements, which are in place or issued during the contract term shall be applicable to all Contractor employees or representatives who enter the Installation or who travel using Government transportation. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Individuals who violate such rules, regulations, laws, directives, or requirements may be denied access to the Installation, either temporarily or permanently. Contractor personnel receiving a driving under the influence (DUI) conviction may be prohibited from driving on the installation. a.Employee Appearance: Contractor employees shall be appropriately dressed including any necessary individual protective clothing and equipment. b.Personnel Safety: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. The Contractor shall comply with all applicable federal, state, local, and Fort Carson laws and regulations including, but not limited to environmental, safety, and occupational health laws and regulations. DESCRIPTION OF AGREEMENT BPA Master Dollar Limit: $475,000.00 BPA Call Minimum: $2,500.00 BPA Call Limit: $100,000.00 Purpose: The purpose of this Blanket Purchase Agreement (BPA) is to have a contractor provide services in accordance with the Performance Work Statement. Effective Period: The effective period of this agreement is 1 July 2011 through 30 June 2016 unless sooner terminated in writing by the Contracting Officer or the contractor. Any termination will require a minimum of thirty (30) days written notice to either party addressed herein. The above will not relieve either party from performance or acceptance of those calls which were issued and accepted prior to the effective date of withdrawal, unless otherwise agreed to by the parties herein. An annual inspection will occur to determine if this agreement is still in the best interests of the Government. Extent of Obligation: The Government is obligated only to the extent of the calls actually placed against this BPA by authorized personnel. The contractor accepts all risk of non-payment by accepting calls from non-authorized personnel, and/or outside of the effective period. Authorized Callers: By virtue of their positions, only warranted Contracting Officers assigned to the Fort Carson Contracting Office are authorized to make calls under this agreement. The Contracting Officer is the only person with the authority to make any changes to a call, order any services or direct the contractor to incur any costs. Pricing: All services under this BPA shall be procured under a firm-fixed-price arrangement. The Contract specialist will solicit quotations from each BPA holder for each call placed. The contractor will be responsible for providing a timely quote as stated in the request for quotes. The request for quotes may be made orally or in writing. All contractor quotes shall provide a total Labor price and total Other Direct Costs (ODCs) price, if applicable. ODCs include: Storage, materials and mileage as applicable. Award will be made to the contractor providing the lowest overall price. The contractor warrants that the prices charged to the Government under this BPA shall be as low as or lower than those charged the contractor's most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts applied for prompt payment. Site Visits: A site visit will be made available to all BPA holders prior to the submission of quotes. Site visits may be mandatory as determined by the Government. Method of Payment: All invoices shall be submitted through Wide Area Work Flow (WAWF). Training and additional information is available at www.wawf.eb.mil. Administration: All correspondence or information pertaining to this BPA shall be addressed to: Mission and Installation Contracting Command Attn: Moving BPA Administrator 1676 Evans St, Bldg 1220, 3rd Floor Fort Carson, CO 80913-4198 719-526-5035 Call Restrictions: No call shall be placed by the Government or accepted by the contractor under this agreement outside of the approved effective period or for a service not specified on the scope of work. Calls placed and accepted by the contractor outside of the effective period or by an unauthorized caller shall be the sole risk of the contractor. In addition, no call shall be placed or accepted where the delivery cannot be reasonably provided on or before the expiration or termination of the BPA. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this agreement and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.209-5 (Certification Regarding Responsibility Matters) 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government intends to award multiple blanket purchase agreements resulting from this solicitation. The awardees must be deemed technically acceptable with a positive or neutral past performance rating. If the contractor does not have any past performance the company will be rated as neutral. In order to be considered technically acceptable, the offeror shall submit a technical plan explaining how it will meet all aspects of the Performance Work Statement (PWS) to include resources available to the contractor in performance of the PWS. Past performance will be evaluated as part of the responsibility determination required by FAR 9.103. The contractor shall submit up to five of its most recent and relevant past performance references with its quote. Recent is defined as occurring within the last three years from the closing date of this solicitation. Relevant is defined as being of a similar scope as the current requirement. The contractor shall include the following for each reference: a point of contact name, phone number, scope of the contract, contract value and period of performance. The Government may obtain past performance information from any source and is not limited to the information provided by the contractor. 52.212-3 (Offeror Representations and Certifications - Commercial Items) 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country) Clauses: 52.202-1 (Definitions) 52.203-6 Alt I (Restrictions on Subcontractor Sales to the Government) 52.204-7 (Central Contractor Registration) 52.204-9 (Personal Identity Verification of Contractor Personnel) 52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards) 52.209-6 (Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.219-8 (Utilization of Small Business Concerns) 52.219-14 (Limitations on Subcontracting) 52.219-28 (Small Business Representation) 52.219-30 (Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible) 52.222-3 (Convict Labor) 52.222-19 (Child Labor - Cooperation with Authorities) 52.222-21 (Prohibition of segregated facilities) 52.222-26 (Equal Opportunity) 52.222-35 (Equal Opportunity for Special Disabled Veterans) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-41 Service Contract Act of 1965 Wage Determination # 05-2079 Revision 11, Dated 06/15/10 for El Paso County, Colorado is applicable to this solicitation and resulting award. See http://www.wdol.gov website for the entire Wage Determination. 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for information only: it is not a wage determination Employee Class: Laboring GS-2: $11.75/hr 52.222-37 (Employment Reports on Special Disabled Veterans) 52.222-40 (Notification of Employee Rights Under the National Labor Relations Act) 52.223-5 (Pollution Prevention and Right-to-Know Information) 52.223-10 (Waste Reduction Program) 52.223-14 (Toxic Chemical Release Reporting) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.228-5 (Insurance - Work on a Government Installation) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective - (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. 52.229-3 (Federal, State, and Local Taxes) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.237-1 (Site Visit) 52.237-2 (Protection of Government Buildings, Equipment, and Vegetation) 52.245-1 (Government Property) 52.252-2 (Clauses Incorporated by Reference) Provisions and clauses incorporated by reference may be viewed at http://farsite.hill.af.mil/. 252.201-7000 (Contracting Officer's Representative) 252.203-7000 (Requirements Relating to Compensation of Former DoD Officials) 252.204-7004 Alternate A (Central Contractor Registration), 252.209-7004 (Subcontracting with Firms that are Owned or Controlled by a Terrorist Country) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments Program) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.225-7012 (Preference for Certain Domestic Commodities) 252.223-7006 (Prohibition on Storage and Disposal of Toxic and Hazardous Materials) 252.232-7003 (Electronic Submission of Payment Requests) 252.232-7010 (Levies on Contract Payments) 252.243-7001 (Pricing of Contract Modifications) The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (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 https://atlevel1.dtic.mil/at/. The contractor is 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 at https://atlevel1.dtic.mil/at/ 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 performance information in support of future source selections. (End of clause) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Crystal, Contract Specialist, and e-mailed to crystal.l.price@us.army.mil. All questions or inquires must be submitted in writing no later than 12:00 p.m. Mountain Time on 23 June 2011. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 4:00 p.m. Mountain Time on 27 June 2011. Quotes may be e-mailed to crystal.l.price@us.army.mil. Attachment: Wage Determination # 05-2079 Revision 12, Dated 06/13/11 for El Paso County
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9cbb4443439399f886e76b993fdd3ddf)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02476690-W 20110622/110620234257-9cbb4443439399f886e76b993fdd3ddf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.