Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

V -- Packing, Crating, and Storage - Attch 2 Bid Schedule - Attch 4 Certification Instructions - Attch 3 BPA Description of Agreement - Attch 1 PWS

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FA4626PandC
 
Point of Contact
Deborah Ezop, Phone: 4067314011, Lisa Murphy, Phone: 4067313625
 
E-Mail Address
deborah.ezop@malmstrom.af.mil, Lisa.murphy@malmstrom.af.mil
(deborah.ezop@malmstrom.af.mil, Lisa.murphy@malmstrom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attch 1 PWS Attch 3 BPA Description of Agreement Attch 4 Certification Instructions Attch 2 Bid Schedule COMBINED SYNOPSIS/SOLICITATION PACKING, CRATING, AND STORAGE MALMSTROM AFB, MT (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) for the implementation of a Blanket Purchase Agreement (BPA). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626P&C. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. (iv) This procurement is being issued as full and open to all interested parties. The North American Industry Classification System (NAICS) code is 488991 with a small business size standard of $25.5. (v) This combined synopsis/solicitation is for Packing, Crating, and Storage Services for Malmstrom AFB, Montana and includes Montana Counties listed as Area 3 (Beaverhead, Gallatin, Madison, and Park). (vi) Description of requirement: Services must include, but are not limited to, movement or drayage of personal property, to include packing, crating, and storage. The contractor shall furnish adequate supervision, labor, materials, supplies, and equipment necessary to perform all services contemplated under this BPA in accordance with the Performance Work Statement at Attachment 1. A basic BPA description is at Attachment 3. This requirement consists of three schedules for: 1) Outbound, 2) Inbount and 3) Intra city/Intra area. Schedule I - Outbound (HHG). Services must include premove survey, servicing of appliances, disassembly of furniture, packaging, inventorying, tagging, wrapping, padding, packing and bracing of household goods in Contractor-owned and furnished shipping containers (Shipping Container Commercial Spec ASTM-D4169-01, SDDC Pamphlet 55-12) at members/employee's residence, or at contractor's facility when ordered by the ordering officer, properly securing and sealing for shipment, weighing, obliterating old markings, marking, and strapping, and drayage of the container within an area of performance. Service must also include loading of shipments on line-haul carrier's equipment at the contractor's facility. When containers do not accommodate all articles of any one lot, loose articles must be packed in the said containers before any over-packed articles are placed therein. Schedule II - Inbound (HHG). Service must include drayage from contractor's facility to storage warehouses, air and surface transportation terminals, military installation shipping offices and ocean or river terminals/piers and return, unloading from the delivering carrier's vehicle, handling into the contractor's facility, drayage to member's/employee's residence, decontainerization and unpacking of loaded containers of household goods and placing goods in appropriate rooms as directed by member/employee, unservicing appliances, assembly of any disassembled articles and removing shipping containers, barrels, boxes/crates and debris from member's/employee's residence and drayage of empty containers to contractor's or Government facility. Schedule III - INTRA-CITY/AREA MOVES. Service must include a premove survey, servicing of appliances, packaging and packing at member's/employee's residence to protect household goods properly during transit, tagging of items, inventorying, loading, weighing, drayage, unloading, unpacking, and placing of each article in member's/employee's designated representative and removal of all empty containers and materials from residence. (vii) Period of performance will be for 5 years from award. Services are limited to individual orders issued. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. To be considered responsive, offerors shall submit the following: - Completed Proposal Bid Schedule (Atch 2) - RSMO Certification - Insurance Certification - Any other fill-in clauses and provisions that are included in this solicitation The offeror shall provide proof of current Regional Storage Management Office (RSMO) certification and certification of contractor capacity, Attachment 4 of the solicitation. RSMO certification must remain current throughout the life of the BPA. The offeror must provide proof of current RSMO certification. The offeror shall provide the contracting officer a certification of cargo insurance reflecting coverage on a continuous basis in at least the amounts shown below to cover legal liability at the time of proposal submission. The certificate shall contain the statement that the insurance company shall provide the designated installation contracting officer, a 30-day written notice of any change, expiration, or cancellation of said policy. The underwriter of cargo insurance shall have a policyholder's rating of "A" or better in current issue of Best's Insurance Guide. The certificate shall be prepared with original signatures and included with the offeror's proposal at the time of proposal submission. The following is the minimum cargo liability coverage required: AMOUNT PER AGGREGATE LOSSES / AMOUNT PER SHIPMENT DAMAGES AT ANY ONE PLACE AND TIME Domestic $ 50,000 $150,000 International $ 50,000 $150,000 (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quotes will be evaluated on price, and a Government-approved and certified storage facility. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision or have a current registration in the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: Wage Determination 96-0305, Revision 25, dated 17 Jun 11 applies to this solicitation and can be viewed at www.wdol.gov. THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 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. 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers With Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.228-5 Insurance - Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.247-7008 Evaluation of Bids 252.247-7009 Award 252.247-7010 Scope of Contract 252.247-7012 Ordering Limitation 252.247-7014 Demurrage 252.247-7015 Requirements 252.247-7016 Contractor Liability for Loss or Damage 252.247-7017 Erroneous Shipments. 252.247-7018 Subcontracting. 252.247-7019 Drayage. 252.247-7020 Additional Services. 5352.201-9101 Ombudsman (Headquarters Global Strike Command/A7K,41 Orville Wright, Ste. 202, Barksdale AFB, LA 71110-2415, (318) 456-6336.) 5352.223-9001 Health and Safety on Government Installations 5352.242.9000 Contractor access to Air Force installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 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 Monetary Wage Fringe Benefits Forklift Operator WG-5 $17.69 $6.41 Material Handling Laborer WG-2 $13.07 $4.73 Shipping Packer WG-4 $16.15 $5.85 Warehouse Specialist WG-5 $17.69 $6.41 Truckdriver, Light WG-6 $19.22 $6.97 Truckdriver, Medium WG-7 $20.72 $7.51 Truckdriver, Heavy WG-8 $22.19 $8.04 Truckdriver, Tractor-Trailer WG-8 $22.19 $8.04 (End of Clause) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 252.247-7011 Period of Contract. PERIOD OF CONTRACT (OCT 2001) (a) This contract begins April 11, 2012, and ends April 10, 2017, both dates inclusive. Any work ordered before, and not completed by the expiration date shall be governed by the terms of this contract. (b) The Government will not place new orders under this contract that require that performance commence more than 15 days after the expiration date. (c) The Government may place orders required for the completion of services (for shipments in the Contractor's possession) for 180 days past the expiration date. (End of clause) 252.247-7013 Contract Areas of Performance. CONTRACT AREAS OF PERFORMANCE (DEC 1991) (a) The Government will consider all areas of performance described in paragraph (b) as including the Contractor's facility, regardless of geographical location. (b) The Contractor shall perform services within the following defined areas of performance, which include terminals identified therein: Area 3, Zone 78 (Beaverhead, Gallatin, Madison, and Park Counties).. (End of clause) L-514 CONTRACTOR PASSES Procedures for contractors obtaining entry authority on Malmstrom AFB: Access for contractors entering Malmstrom AFB may be permitted providing the contractor follows the procedures set forth below and 341 SW Pamphlet 31-103 (available at Visitor Control Center) and meets the security standards including applicable background checks. Access for contractors entering Malmstrom AFB will be permitted to contractor personnel who obtain proper credentials and passes through one of the two main entry points (Commercial Gate on 2nd Ave North or 10th Ave North Gate). Retired military members and dependents of active duty or retired military members who are employed by your company may use their retired or dependent Armed Forces Identification Card to enter Malmstrom AFB; however, they must still obtain a contractor's pass through the Visitor's Center located outside of the Commercial gate. In the event of increased force protection conditions, retired military members and the dependents of active duty or retired military personnel without a contractor's pass, will be required to follow the security measures enacted under the respective force protection condition. Contractor's badges will be obtained in the following manner: a. First, contractor employees must already have adequate identification such as a driver's license or company ID card. This identification should include, as a minimum, the physical description of the individual (i.e., height, weight, date of birth, eye and hair color), a picture of the individual, and the individual's signature. b. Upon award of a contract, the contractor will be issued an Entry Authorization List (EAL) by the contract administrator in 341 CONS. The contractor will need to submit the required information for the EAL to the contract administrator in 341 CONS prior to contractor personnel coming to Malmstrom AFB. c. Upon initial entrance to Malmstrom AFB, contractors' personnel shall obtain a contractor's pass from the Visitor's Center where the EAL will be filed. Contractor passes will be valid for the duration of the contract. The contractor will be required to resubmit a new EAL upon exercising option years, contract renewals or extensions, and adding or subtracting names to and from the EAL. d. If contractors need access to Malmstrom AFB for time(s) outside of the performance period of the contract (i.e., administrative issues, warranty issues, site visits), they will need to be vouched on by the customer, or supporting agency, of the respective contract they are associated with. e. At the time contractors initially come to the Visitor's Center to obtain their pass, they will be required to fill out DD Form 1172, which the Visitor's Center will issue and maintain. f. It will be the sole responsibility of the contractor to renew, remove, and add employees to the EAL. In order to renew, remove or add names to the EAL the contractor must follow the same processes as if they were submitting the EAL for the first time. g. For existing contracts that are already in progress, contractors will follow the procedures mentioned above if any person(s) need a new or updated pass. h. Any other instances where contractors need access to Malmstrom AFB will be dealt with on a case-by-case basis in which the customer, or supporting agency, will need to sponsor contractor personnel entry and accompany them while on base. i. All passes must be returned to 341 SFS (Visitor Center) upon completion of the contract, or personal no longer require access to the installation, under performance of this contract. j. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or logo, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: i. $10,000 Property Damage Liability. ii. $25,000 Personal Liability for each person. iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quote is required to be received NO LATER THAN 2:00 PM MST, Thur, 22 March 2012. Quote must be emailed to deborah.ezop@malmstrom.af.mil or faxed to (406) 731-4005 to the attention of Deborah Ezop. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to Deborah Ezop at (406) 731-4011 or e-mail address deborah.ezop@malmstrom.af.mil or Lisa Murphy at (406) 731-3625 or e-mail address lisa.murphy@malmstrom.af.mil. 4 Attachments: 1. Performance Work Statement (PWS) 2. Bid Schedule 3. BPA Description 4. Certification Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73d85384462d40743245280cd70227fd)
 
Place of Performance
Address: Malmstrom AFB, Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN02690409-W 20120309/120307234528-73d85384462d40743245280cd70227fd (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.