SOLICITATION NOTICE
71 -- Movers and Transportation Building 81 - Solicitation
- Notice Date
- 11/29/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-18-T-0006
- Archive Date
- 3/31/2018
- Point of Contact
- Alexandra C. Bryant, Phone: 4102785017
- E-Mail Address
-
alexandra.c.bryant.civ@mail.mil
(alexandra.c.bryant.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement SUBJECT: Solicitation No. : W91CRB-18-T-0006; Request for Proposal (RFP) This is a COMBINED SYNOPSIS/SOLICITATION prepared in accordance with Federal Acquisition Regulations (FAR) Part 13. This announcement constitutes the only solicitation; proposals are being requested herein and a separate written solicitation will not be issued. This solicitation is a Request for Proposal (RFP). This action is a 100% Small Business Set-Aside under NAICS Code: 484210 "Movers and Transportation Building 81". The size standard for NAICS Code 484210 is $27,500,000.00. The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure the following Non-Personal Services contract to provide a one-time services of moving office supplies, office furniture and cubical supplies from one building to another in support of the U.S. Army Security Assistance Command located in New Cumberland, PA. The Government anticipates the issuance of a Firm Fixed Price (FFP) contract as a result of subject solicitation. The anticipated Period of Performance will be three (3) days, Friday - Sunday in mid-February or March 2018. Exact date to be determined closer to the date of the move. All services are requested to be proposed upon and specified by the vendor as seen below: Description • CLIN 0001 -The Contractor shall provide the required non-personal services to move office supplies, office furniture and office cubical supplies from one building to another as detailed in the attached Performance Work Statement (PWS)*. • CLIN 0002 - Contractor Manpower Reporting (Not Separately Priced) * See Attached PWS Other Information/Requirements: 1. It is the responsibility of the Offeror to ensure that their Offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider an Offer that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements may result in the Offeror being deemed non-responsive to the solicitation. 2. Delivery Location will be at the following Government address: US Army Security Assistance Command (USASAC) Building 81 and SALO Building 403 New Cumberland, PA 17070 3. All responsible sources may submit a proposal/quote which will be considered by the Contracting Officer. The offeror must be registered in the System for Award Management (SAM) database and include the assigned CAGE Code with proposal quote. 4. The offeror shall submit any questions regarding the combined synopsis-solicitation via email to the Contract Specialist by 10:30AM - EST-U.S. on 07 December 2017. The offeror shall submit their proposal/quote via email to the Contract Specialist by 10:30AM - EST-U.S. on 13 December 2017 Email: alexandra.c.bryant.civ@mail.mil. Please note there is a 5MB limit on email size. Contact Information: Alexandra Bryant Contract Specialist Army Contracting Command -Aberdeen Proving Ground (ACC-APG) P - 410-278-5017 BASIS FOR AWARD: A single award will be made based on the Lowest Priced Technically Acceptable (LPTA) evaluation approach. Only one award will be made to the vendor offering the LPTA proposal/quote for services meeting or exceeding the acceptability standards for non-cost factors to the Government. The Government reserves the right to not enter discussions. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-7 Anti-Kickback Procedures FAR 52.204-4 Printed of Copied Double-Sided on Recycled Paper FAR 52.204-7 System for Award Management FAR 52.204-8 Annual Representations and Certifications FAR 52.204-10 Reporting Executive Compensations and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporated by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offerors FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.209-6 Protecting the Governments Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Faculties FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combat Trafficking in Persons FAR 52.223-18 Encouraging Contractors Policies to Ban Text messaging While Driving FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representations FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-1 Payments Under Fixed Price Contracts FAR 52.232-8 Discounts for Prompt Payment FAR 52.232-11 Extras FAR 52.232-25 Prompt Payment FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes - Fixed Price FAR 52.243-1 Changes - Fixed Price - Alternate I FAR 52.245-1 Government Property FAR 52.245-2 Government Property Installation Operation Services FAR 52.249-1 Termination for Convenience of the Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated By Reference FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representations Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A System of Award Management DFARS 252.204-7007 Alternate A Annual Representations and Certifications DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://farsite.hill.af.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4c0e127e09ef21eb8d64470079c34d9f)
- Place of Performance
- Address: DLA Defense Distribution Center, U.S. Army Security Assistance Command, Building 81 and SALO Building 403, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN04752152-W 20171201/171129231648-4c0e127e09ef21eb8d64470079c34d9f (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 |