SOLICITATION NOTICE
V -- USAFA Athletic Department Furniture Move - Performance Work Statement
- Notice Date
- 11/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-14-T-0008
- Archive Date
- 12/26/2013
- Point of Contact
- Brian Finerty, Phone: 7193334085
- E-Mail Address
-
brian.finerty@us.af.mil
(brian.finerty@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement Combined/Synopsis Solicitation IAW FAR 12.603 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), reference number F4BHM03154A002, in accordance with FAR Parts 12 & 13. This reference document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac Fac 2005-70, Effective 30 Sep 2013. The North American Industry Classification System Code (NAICS) is 484210 and the size standard is $25,500,000. This is a 100 % Small Business Set-Aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. REQUIREMENT: 1. The 2nd floor and loft of building 2170 at the U.S. Air Force Academy, Colorado Springs is being remodeled and existing furniture must be moved into two trailers set up for office space and the remainder moved into storage during the renovation. The furniture that will be moved into the two trailers for swing space must be completed by Friday 20 December 2013 to allow for the outfitting of electrical and communication. 2. Furniture Moving Contractor shall move existing freestanding and systems furniture from 2170 not being used for temperary office space to the back dock and holding area close by dock (16 December 2013 to 31 December 2013). This contract includes furniture only, any other boxes, artwork, equipment will not be moved by the contractor. The safeguarding and preventing damage to all items and structures is essential. 3. The Furniture Contractor shall be responsible for all measurements of the site necessary to complete the installation of the furniture per the furniture floor plan in Appendix 1. The Furniture Contractor shall be responsible for any damages to the furniture, building, floors, walls, and existing structures. 4. Two PWS option items will be included in the proposal as a separate option line item; CLIN 1001: Provide bid option to move furniture located in storage on or near the back dock to Base Supply (Building 8110 Door 13) to be processed for Defense Reutilization and Marketing Service (DRMO) after construction is completed and new furniture arrives (approx. early April, 2014.), and CLIN 2001: Provide bid option to move furniture from dock area back into original space after construction is completed approx. April, 2014. *CLIN 1001 and 2001 may not be exercised depending on the customer's needs. This requirement is for a Period of Performance (POP) from 16 December 2013 to 31 December 2013. The Combined synopsis/solicitation is for the following commercial item(s): Submit your quote by completing the Unit price and total price columns below for the base year and all three option years. Base Item Description Quantity Unit Unit Price Total Price CLIN 0001 Furniture Move to Trailer 1 Each and Storage Space Period of Performance is from 16 December 2013 to 20 December 2013 (Stage 1: Takedown and install of temporary office space in trailers) 16 December 2013 to 31 December 2013 (Stage 2: Move remaining furniture to storage) 1st Option Bid Item Description Quantity Unit Unit Price Total Price CLIN 1001 Move Furniture to DRMO 1 Each *Approximate Period of Performance is around April 2014 2nd Option Bid Item Description Quantity Unit Unit Price Total Price CLIN 2001 Move Furniture Back 1 Each To Original Offices *Approximate Period of Performance is around April 2014 A site visit will be conducted on 3 December 2013 at 10:00AM to evaluate the job site. Contact Brian Finerty at brian.finerty@us.af.mil or 719-333-4085 to be registered for the site visit by 2 December 2013. _______________________________________________________________________________________________ The following Federal Acquisition Regulation (FAR) clauses apply to this RFQ and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All quotes shall be clearly identifiable to the company submitting the quote and shall include the following: 1. Solicitation number 2. The time specified in the solicitation for submission of offers 3. Contact name, address, telephone number of the offeror 4. DUNS number 5. Cage code 6. Tax identification number 7. Small business size standard and NAICS code 8. Unit price 9. Extended price 10. Discount terms 11. Delivery terms In accordance with FAR 52.212-4(t), System for Award Management (SAM) contractors must be registered with SAM to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.sam.gov) Addendum to 52.212-1 paragraph c, the offeror agrees to hold the prices in its offer firm for 45 days from date of RFQ closing.. 52.222-41 the Service Contract Act of 1965, will not apply to the contract. However, if the contract is awarded to a contractor who is going to subcontract the required services, 52.222-41 the Service Contract Act of 1965 will apply to this contract. (End of Addendum) ADDENDUM TO FAR 52.212-4(c) CHANGES Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriations data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). (End of Addendum) Quotes must be received no later than 10:00 A.M. Mountain Standard Time, 11 December 2013 at 10 CONS/ LGCB, Attn: Brian Finerty, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315 or by e-mail to: brian.finerty@us.af.mil. Questions and responses should be addressed to the Primary POC Brian Finerty, Contract Specialist, USAF Academy (719) 333-4085 brian.finerty@us.af.mill. Alternate POC is Russell Jordan, Contracting Officer, (719) 333-3961, russell.jordan@us.af.mil.Offers received after the specified date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the acceptable offer with the lowest evaluated price which meets or exceeds the requirements. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. CLAUSES INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations MAY 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-41 Service Contract Act of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 252.204-7012 Requirements Relating to Compensation of Former DoD Officials Safeguarding of Unclassified Controlled Technical Information SEP 2011 NOV 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 252.247-7022 252.247-7023 252.247-7024 Levies on Contract Payments Representation of Extent of Transportation by Sea Transportation of Supplies by Sea Notification of Transportation of Supplies by Sea DEC 2006 AUG 1992 JUN 2013 MAR 2000 CLAUSES INCORPORATED BY FULL TEXT The provision at FAR 52.212-2, Evaluation--Commercial Items applies to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) • (a) 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: • Low Price • Meets Requirements to Perform Services referenced in the Statement of Work • (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Paragraphs (c) below does not apply • (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. • (End of provision) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Sep 2013) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 (End of clause) 52.232-18 -- Availability of Funds. As prescribed in 32.706-1(a), insert the following clause: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and refer to USAFA A-01 Contractor Access to USAFA Instruction to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-14-T-0008/listing.html)
- Place of Performance
- Address: United States Air Force Academy, Cadet Gym Building 2170, Colorado Springs, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN03240405-W 20131127/131125233928-a1a39f7504036db9f1a233b958362b13 (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 |