Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOLICITATION NOTICE

V -- Office Move for Massachusetts Army National Guard

Notice Date
7/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-12-T-0023
 
Response Due
7/20/2012
 
Archive Date
9/18/2012
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan@us.army.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 is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and this solicitation is being issued as a Request for Quote (RFQ). This procurement is not restricted. The NAICS code is 484210 Used Household & Office Goods Moving with a size standard of $25.5 million dollars. The following commercial services are being requested I this solicitation as detailed in the Statement of Work (SOW). All quotes should be based on minimum requirements listed in the SOW. Support services detailed in the SOW will be incorporated into the awarded Blanket Purchase Agreement. The Government intends to establish the awarded BPA for a period of Five (5) years. The Government is obligated only to the extent of authorized purchase actually made under this BPA. The Master BPA will not obligate any funds. Funds will be obligated by the individual CALLS made against the Master BPA. There will be no minimum purchase required under this BPA. This solicitation will close Friday, July 20, 2012, 0800 EST. Questions must be received in writing NLT Friday, July 13, 2012, 0900 EST. Any additional Answers will be posted NLT Monday, July 16, 2012, 1600 EST. STATEMENT OF WORK for General Offices Moves & equipment 1.GENERAL INFORMATION 1.1Background: JFHQ for the Massachusetts Army and Air National Guard will be relocating from 50 Maple Street in Milford to Hanscom Air Force Base in 2 Phases. The first phase should be executed in stages on or about early September to mid October. (Dates to be refined by the government at a later date). The Governments intent is to issue a BPA for the base year and have 4 option years. One or multiple awardees may be issued. 1.2Scope of Work: Provide all labor, supervision, equipment and protective materials necessary to move office furniture, business machines, boxes and misc. items from the existing Joint Force Headquarters at 50 Maple Street, Milford Massachusetts to the new office located at on Hanscom AFB (Air Force Base). 1.2.1This move will be accomplished in stages beginning on or about July 2012 and continuing through Sept 2012 until all designated items are moved out of the 50 Maple Street facility. 1.2.2The performance period will commence 10 days after the Note to Proceed letter and will be complete in phases that will be agreed upon before the initial start date. 1.2.3Most items will be moved to Hanscom AFB, however some items will be identified by the government for remaining in place. 1.2.4The government will provide direction on where each item is to be placed in the new building. It is up to the contractor to mark the individual boxes for pinpoint delivery from a particular cube or office, and to its appropriate destination. Maps will be provided to the contractor listing locations to be moved by name as well as a destination map, by name to facilitate the pinpoint move. 1.2.5The contractor shall allow time to meet with the government representative at the start of each stage to go over the day's work. 1.2.6The contractor will be responsible to pack electronic equipment to successfully move it to the new location. Any damage will be the contractor's responsibility to repair or replace to meet or exceed its pre-existing condition. 1.2.7The floors & wall corners at the new office must be protected. All hallways must be covered with either tacky plastic or some kind of drop cloth. Corner protection is the contractor's choice. The floor & wall corner protection must be removed after the last move such that no residue or dirt is left behind. Any damage to the floor or walls shall be repaired at the contractor's expense. 1.2.8All waste cardboard and shrink wrap generated by the contractor during the move shall be neatly bundled and stacked at the new building for recycling by the government. 1.3Qualifications & Insurance: The contractor shall include with the bid documentation that demonstrates the following: 1.3.1Minimum of five years of experience in the professional moving business 1.3.2Availability of proper equipment necessary to move all designated items and protect all items and facilities from damage associated with the move 1.3.3Proof of general liability insurance (minimum $1,000,000) 1.4References: Include with the bid list of three relevant projects completed in the last five years with a contact name and phone number. 1.5Bid Evaluation: Bids will be evaluated by the following factors (in no particular order). Price and past performance will be evaluated with equal weight. 1.5.1Price 1.5.2Past Performance 1.5.3Ability to move electronics 1.5.4Ability to move designated File Storage systems 1.6All questions will be submitted in writing no later than Friday, July 13, 2012 0900 EST to Ms. Sullivan margaret.l.sullivan@us.army.mil. 2.PROJECT MANAGER 2.1MAJ ARVID HILL is the designated Contracting Officer and can be reached at 508-233-6684 or arvid.hill@us.army.mil 2.2Ms. MARGARET SULLIVAN is the Contracting Specialist and can be reached at 508-233-6670 or margaret.l.sullivan@us.army.mill 2.3CPT ROBERT NOBLE is the designated Contracting Officers Representative and can be reached at 508-233-6577 or robert.w.noble@us.army.mil 3.MATERIALS AND EQUIPMENT 3.1Supply: Packing material will be required for all equipment transported by the contract vendor. Packing lists will be used to determine packing material requirements. 3.1.1Government provided packing material will be acquired by JFHQ supply section. Filing cabinets are provided with the new facility so all files will need to be transferred to temporary file boxes. These file box dimensions are 24" (inches) length x 12" (inches) width x 10.5" (inches) height. These file boxes will be designated as "GP Box" on the packing list. This list is not inclusive of all possible boxed that may be furnished by the government. 3.1.2Contractor will provide packing boxes for office supplies and equipment. These containers include, but are not limited to hard plastic with lids. The dimensions are 24" length x 15.5" width x 12" height. These boxes will be designated "VP Box" on the packing list. 3.1.3Contractor will provide packing boxes, packing supplies, and labor for the shipment of desktop computers and other designated electronics. 3.1.4Contractor will provide materials to safeguard the origin and destination facility from accidental damage and associated dirt involved with the move 4.SERVICES: 4.1Transportation 4.1.1Movement of designated supplies from pinpoint origin to pinpoint destination 4.1.1.1Ability to move from individual offices or cubes to the loading dock at the point of origin 4.1.1.2Transportation assets suitable to move the supplies from Origin to Destination 4.1.1.3Ability to move supplies from Transportation asset to individual office or cube at the destination 4.2Packing 4.2.1Knowledge and ability to disassemble major components of a computer, and to package them safely for transport 4.2.2Knowledge and ability to pack, load, and reassemble Designated File Storage Systems 4.3Protection 4.3.1Contractor will protect the origin and destination facilities from any and all associated damages NOTE: Contractor will be held liable for any damages they cause to the origin of destination facility 4.3.2Contractor will be responsible for bundling up of all protecting materials for recycling by the government 5.POINTS OF CONTACT 5.1The Governments Contracting Officer is: MAJ Arvid Hill, 508-233-6684 or arvid.hill@us.army.mill 5.2The Contracting Specialist is: Ms. Margaret Sullivan, 508-233-6670 or margaret.l.sullivan@us.army.mil 5.3The Contracting Officers Representative is: CPT Robert W. Noble, 508-233-6577, robert.w.noble@us.army.mil 5.4Prime Contractors: To be filled in at the time of the award SUBMISSION REQUIREMENTS The offerors proposals must include both technical proposal and price proposal based on minimum SOW requirements. Evaluations will be equally evaluated on price, technical ability and past performance. Please provide (3) three references and include a brief description of the work performed (3-4 sentences max) with the dollar value of the award. INSTRUCTIONS TO OFFERORS Please submit quotes in writing on letter head with tax ID#, CCR (Cage code), dated with a point of contact. Please provide a firm-fixed price per Price schedule and QoS based on a one-year term and any installation charges separate. Pricing to be reviewed on an annual basis. All proposals must be submitted in writing to: Margaret Sullivan USPFO P & C Office 50 Maple Street Milford, MA 01757 or via email to: Margaret.l.sullivan@us.army.mil All proposals must be submitted no later than July 20, 2012, 0800 EST. We are looking to award quickly and have an immediate start date. Additional information of the first move will be provided to the awardee(s). One or more vendors maybe be awarded for this requirement. Additional information: 1. Please quote based on your best rate; if necessary note crew sizes. (Quotes will be equally evaluated on price, technical ability and past performance). 2.As a reminder the Government's intent is to issue a Blanket Purchase Agreement to one or more vendors for a base year with 4 options year periods. **Please note that a BPA does not have funds committed, each BPA call will be the commitment of funds. 3.More details will be provided to the winning vendors 10 days prior to each move requirement. 4.Our requirements for the next year will be in phases, not all at once, each phase will be funded separately. 5.Elevators: The Milford Headquarters has one (1) elevator, 51" x 80", with a maximum capacity of 2400 lbs. Hanscom Headquarter has two (2) elevators, however, it is not known yet when they will be operational. 6.Loading docks: The Milford Headquarters has a loading dock. Hanscom Headquarters does NOT have a loading dock (plan accordingly). 7.We have some very large filing systems, on tracks, and rollers. If you have capabilities of disassembling and re-assembling, please note that under your technical capabilities. Examples of requirements: Office supplies and equipment: computers, desktop printers, files. Office furniture: cubical partitions, chairs, desks, file cabinets. As we move forward with our plans to move offices to multiple locations, more details will be given before each phase of the move. 10 days notice will be given and opportunities to ask question or if need be additional site visits as necessary. Moving will only be conducted during normal business hours, Monday - Friday. **AS a reminder all questions must be submitted in writing to margaret.l.sullivan@us.army.mil. End the Statement of Work _____________________________________________________________________________ The Government intends to evaluate proposals and make awards(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. The Government will award a BPA resulting from this solicitation to the responsible offeror or offerors whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award multiple BPAs or on an all or none basis. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provision can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. 1) FAR 52.204-7 - Central Contractor Registration 2) FAR 52.201-1 - Instructions to Offerors--Commercial Items 3) FAR 52.212-2 - Evaluation--Commercial Items 4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I 5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items 6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a. FAR 52.222-3 - Convict Labor b. FAR 52.222-21 - Prohibition of Segregated Facilities c. FAR 52.222-26 - Equal Opportunity d. FAR 52.222-36 - Affirmative Action for Workers with Disabilities e. FAR 52.222-50 - Combating Trafficking in Persons f. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving g. FAR 52.225-13 - Restrictions on Certain Foreign Purchases h. FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration i. FAR 52.232-36 - Payment by Third Party j. FAR 52.233-3 - Protest After Award k. FAR 52.233-4 - Applicable Law for Breach of Contract Claim 7) FAR 52.252-2 - Clauses Incorporated by Reference 8) DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 9) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 10)DFARS 252.204-7004 Central Contractor Registration, Alternate A 11)DFARS 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 12)DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III 13) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 14) 252.232-7010 Levies on Contract Payments 15) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offer may obtain information on registration at www.ccr.gov. Also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0023/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02797351-W 20120711/120709235152-7270e5f78f33db8c0ee0781c9113352c (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.