Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

54 -- White Sands Missile Range has a requirement for the relocation of two portable buildings within the post; the government will have prepped the sites by adding fill dirt to level the final site(s).

Notice Date
3/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-PORT-BLDGS-MOVES
 
Response Due
3/20/2012
 
Archive Date
5/19/2012
 
Point of Contact
Elizabeth Francia, 575 678-5815
 
E-Mail Address
MICC - White Sands Missile Range
(elizabeth.b.francia.civ@mail.mil)
 
Small Business Set-Aside
Total 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 FAR 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. White Sands Missile Range has a requirement for the relocation of two portable buildings two miles from their existing locations within the post; the government will have the resting site(s) prepped for the moves by adding fill dirt to level the final site(s). The site visit is scheduled for approximately one (1) hour on Tuesday, 13 March 2012 at 0900 Hours; any interested vendors can reserve their space limiting two representatives for the site visit by contacting the Contract Specialist: Elizabeth Francia at 575.678.5815, or via email at: elizabeth.b.francia.civ@mail.mil to have your selected representatives added to the list. We will meet at the visitor's center (Las Cruces Gate) where a government representative will meet you at 0850 to escort those on the list to the site(s) visit scheduled at 0900. The following is the statement of work for this effort with additional information that follows: PERFORMANCE WORK STATEMENT (PWS) FOR SKID BUILDING RELOCATION EFFORTS Revised 02/28/2012 1.0Introduction: Two portable buildings will be moved to WSMR's Small Arms Range (SAR) #1. The work will include lifting and moving (2) portable buildings from the MT Tech Area approximately two miles to the SAR and placing the buildings as shown on the attached drawing. The buildings will need to be level when placed at SAR. 2.0Scope of Work: The Materiel Test (MT) Directorate requires that (2) portable buildings be relocated to WSMR's Small Arms Range #1. These replacement structures will provide Warheads Test Personnel with semi-permanent buildings. The entire effort will be conducted on WSMR grounds to include the MT Tech Area and Small Arms Range #1. The hours of operation will be during normal WSMR compressed schedule operating hours of (0700 to 1600 (Mon - Thurs) and (0700 to 1500 every other Fri). 3.0Requirements: The contractor shall possess the equipment, knowledge, experience, and trained personnel to safely perform the tasks described below: 3.1Confirm route with adequate clearances for Portable Buildings and existing power lines, gates, and fencing. 3.2Separately lift and place each Portable Building on moving equipment that will provide adequate structural support. 3.3Separately secure each portable Building to moving equipment to allow for safe transport. 3.4Separately transport each Portable Building to the SAR via the safest and shortest route. 3.5Separately emplace each Portable Building at the SAR as shown in the attached drawing in a level position not to exceed.05"/foot (2"/40'). 3.6No new electrical, water, sewer, or WSMR internet connections will be installed on site. 4.0Data Requirements: Not Applicable. 5.0Attachments, Appendixes, and Exhibits: White Sands Missile Range - Command Safety Program AR 385-10 WSMR Reg 385-18 Reference any Transport/Transportation Safety Procedures which will protect civilian and military personnel and minimize unnecessary risks and/or hazards. 6.0Schedules or Period of Performance: 6.1The contractor shall complete these building relocation operations in less than a 5-day timeframe. 7.0Quality Assurance Surveillance: The contractor, and not the government, is responsible for management and quality control actions to meet the terms of the contract. The role of the government is quality assurance to ensure contract standards are achieved as identified in the Performance Requirement Summary (PRS) listed below. PERFORMANCE REQUIREMENTS SUMMARY MATRIX Performance Objective Safely Relocate Buildings Performance Standard and Acceptable Quality Level No damage to buildings, WSMR facilities, utilities Monitoring Method 100% Visual and Physical Inspections 7.1The government evaluator must coordinate and communicate with the contractor to resolve issues and concerns of marginal or unacceptable performance. The contractor will discuss with the government evaluator satisfaction ratings receiving a "less than acceptable" rating. For such cases, the contractor should highlight its perspective on factors driving customer satisfaction and present plans to adjust service levels accordingly to bring the satisfaction rating up to an acceptable level. 7.2The contractor's failure to perform will be handled in accordance with 12.403 and 52.212-4, Contract Terms and Conditions-Commercial Items. 7.2.1Notifications: Consistent with FAR Part 49, the contracting officer shall notify the service provider of failure to meet standards through QA monitoring forms, cure notices, or show cause notices and shall inform the service provider manager or designated alternate of such notices. 7.2.2Termination: If the contracting officer determines that the contractor has failed to perform to the extent that a termination for cause is justified, the contracting officer shall issue a notice of termination consistent with FAR Part 12.403. The applicable NAICS code is 238990 with at size standard of $14 million. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the Central Contractor Registration (http://www.ccr.gov/), as well as, Wide Area Work Flow (https://wawf.eb.mil/). Award shall be made to the most technically acceptable, lowest priced proposal. All bids will be evaluated based on price and delivery schedules as long as the items meet the specifications listed on the above Performance Work Statement. You shall submit commercially available literature demonstrating that all of the capabilities listed on the Specifications list are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1; 52.203-3; 52.203-5; 52.203-6; 52.203-7; 52.204-3; 52.204-6; 52.204-7: 52.204-8; 52.212-3; 52.212-4; 52.214-3; 52.214-12; 52.216-24; 52.216-25; 52.219-1 Alternate I; 52.219-6 Alternate II; 52.219-22; 52.222-3; 52.222-41; 52.222-50; 52.223-6; 52.225-13; 52.228-5; 52.232-1 52.237-1; 52.244-6; 52.246-4; 52.246-25; 52.249-1; 52.249-4; 52.249-8; 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) Full text of these clauses may be found at: http://www.arnet.gov/far. DFARS 252.203-7000; 252.232-7003, 252.232-7010; 252.237-7010; 252.246-7004; 252.247-7023 Alternate III; CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-5, DFARS 252.212-7001, and 5152.209-4000 DOD LEVEL 1 ANTITERRORISM (AT) STANDARDS (FEB 2009). Your proposal information and commercial literature shall be submitted electronically to elizabeth.b.francia.civ@mail.mil or by facsimile to 575-678-4975 ATTENTION: Elizabeth Francia no later than 2:00pm MST 20 March 2012. Proposals shall include all charges that will be invoiced for (i.e. shipping/freight). Your company's tax identification number (TIN), DUNS number, and the amount of delivery days needed must be indicated somewhere on the proposal. Price proposals should stipulate that they will be valid for 30 days from the date of submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/798b9a43f410f888206ceb4d7583d18a)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02689317-W 20120308/120307115235-798b9a43f410f888206ceb4d7583d18a (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.