Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2013 FBO #4134
SOLICITATION NOTICE

V -- Office Move - Package #1

Notice Date
3/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E23056A002
 
Point of Contact
Ashley Alessandrini, Phone: 8439635160, Robert R. Melton, Phone: 8439635157
 
E-Mail Address
ashley.alessandrini@us.af.mil, robert.melton-06@us.af.mil
(ashley.alessandrini@us.af.mil, robert.melton-06@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E23056A002 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 28 Feb 2013. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 484210 with a $25M size standard. (v) Contractors shall submit a lump sum quote for a squadron office move from one building to another on Joint Base Charleston, SC. All responsible sources may submit a proposal, which shall be considered. STATEMENT OF WORK 628TH Civil Engineer Squadron Complex - OFFICE MOVE JOINT BASE CHARLESTON, SC The scope of work includes moving office items and furniture from current 628 Civil Engineer Squadron (CES) facilities to the newly constructed Admin building. Items are to be relocated from the following buildings on Joint Base Charleston, Air Base: Buildings 247 (located on S. Davis Dr.), 661 and 668 (both located on Stewart Ave); and the following building on Joint Base Charleston, Weapons Station: Building 36 (located on Redbank Rd.). The items are to be delivered to the new Admin facility, located on Joint Base Charleston, Air Base (Stewart Ave). 628 CES will purchase and pack all office boxes and label with the name of the user and the final destination. 628 CES will provide the contractor with a detailed map of the new facility with room/cubicle numbers, and POC names. The contractor shall move the packed boxes and some furniture items to the designated final destination. Some disassembly/assembly, as necessary to effectively transport, will also be required; however, furniture items in this contract are minimal. The contractor may request a site visit of the facilities; however, a site visit should not be necessary given that the items to be moved will already be boxed, and the furniture items are minimal. If a site visit is requested, the contractor will be able to see the facilities to be moved from, but the new facility will not be available for a walk-through until construction is complete. All of the current facilities/offices are on the ground level. The new facility includes two floors of office space. There are two stairwells, and an elevator the elevator is large enough to fit any item within the scope of this work and has a weight capacity of 3,500 lbs. Contractor will not be responsible for moving any computers and computer related equipment: telephones, printers, speakers, etc. Work shall be accomplished in a careful and professional manner. Contractor shall protect all government property in and around the job site. Cleanup will be performed immediately after all work is accomplished. Items and quantities are listed below: ITEMS UNIT QUANTITY Small Moving Box EA 675 Storage/Filing Box EA 50 Medium Moving Box EA 150 Large Moving Box EA 150 Office Chair EA 16 Small Bookshelf (3x3') EA 15 Medium Bookshelf (3x5') EA 15 Small File Cabinet EA 3 Large File Cabinet EA 3 Small Table EA 5 Move from WS Load 4.5 The estimated beneficial occupancy date (BOD) for the new facility is 11 April 2013; the estimated window for the contractor to complete this move between 11 April 2013 and Sunday, 21 April 2013; dates are subject to actual construction completion date. Contractor may request a weekend work pass to the Contracting Officer if work should take place over a weekend. All boxes/furniture items will be ready to move on the same day; the government will not require multiple days/phases to complete this work. END OF STATEMENT OF WORK (vi) F1M3E23056A002 Office moving services on Joint Base Charleston, SC. (vii) FOB destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical capability of the service offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. Technical factors are significantly more important than price. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply • FAR 52.222-21 -Prohibition Of Segregated Facilities • FAR 52.222-26 Equal Opportunity • FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era • FAR 52.222-36 Affirmative Action for Workers With Disabilities • FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era • FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. FAR 52.204-99, System for Award Management Registration (DEVIATION) Contractors not registered in SAM will be ineligible for award (register at https://www.acquisition.gov/ or call 866-606-8220, or 334-206-7828 for international calls. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination #2005-2473 (Rev 14) • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 21050 Material Handling Laborer $11.60 + 36.25% Fringes • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.228-5 Insurance - Work on a Government Installation • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (N/A) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 27 March 2013 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E23056A002. (xvi) Address questions to Ashley Alessandrini, Contract Specialist, at (843) 963-5160, fax (843) 963-5183, email Ashley.Alessandrini@us.af.mil or Rob Melton, Contracting Officer, Phone (843) 963-5157, email Robert.Melton.6@us.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E23056A002/listing.html)
 
Place of Performance
Address: JB Charleston, SC, JB Charleston, South Carolina, 29420, United States
Zip Code: 29420
 
Record
SN03014126-W 20130320/130318234800-f56c60e5562e2f1a53389e0861922c81 (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.