SOLICITATION NOTICE
V -- Idaho Panhandle National Forests, Forest Supervisor's Officer, Moving Relocation Services
- Notice Date
- 5/13/2020 3:05:40 PM
- Notice Type
- Presolicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- USDA FOREST SERVICE COEUR D ALENE ID 83815 USA
- ZIP Code
- 83815
- Solicitation Number
- 02RC
- Response Due
- 5/18/2020 4:00:00 PM
- Archive Date
- 06/02/2020
- Point of Contact
- Marion P. Daniel, Phone: 208-640-9360, Josh Nelson, Phone: 208-449-8079
- E-Mail Address
-
marion.daniel@usda.gov, jnelson@fs.fed.us
(marion.daniel@usda.gov, jnelson@fs.fed.us)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USDA Forest Service anticipates awarding a firm-fixed price contract for a full range of services to disassemble where necessary and remove the existing office furniture, equipment, and related supplies from the Idaho Panhandle National Forests Supervisor�s Office (SO), and associated Forest Service/Bureau of Land Management (BLM) Warehouse buildings and transport the items to the newly constructed Interagency Natural Resource Center (INRC) building and new Warehouse. �The moved items will be off-loaded, assembled, and placed according to the layout and directions of the Forest Service and BLM.� The buildings currently house approximately 150 employees combined between Forest Service and BLM with each utilizing a computer and workspace files. This procurement will be set aside for Total Small Business. �The North American Industry Classification System Code (NAICS) is 484210 Used Households and Office Goods Moving, and the small business size standard is $30.0 million average annual receipts of a firm over three years. The Forest Service anticipates issuing the solicitation for this acquisition on or about May 25, 2020.� The solicitation package will include all maps, plans, drawings, and specifications and should be downloaded from this website at that time.� The solicitation will be a Request for Quote (RFQ). SITE VISITS Site visits have been scheduled for Wednesday, May 20, 2020 or Thursday, May 21, 2020.� Participants are required to contact Josh Nelson 24 hours in advance at 208-449-8079 to arrange a time on one of the days to do a thorough walk-through of all the buildings from which the contents will be moved.� Due to Covid-19 ONLY one participant from each company will be allowed to attend a site visit.� Participants will also be taken on a tour of the newly constructed warehouse and office building into which the items will be unloaded and set-up.� Floor plans of all the buildings are provided as�a separate�attachment.� Notes will be taken during this walk-through and disseminated to all parties present. ITEM 1 � OFFICE RELOCATION Services Requested: (a) The Government employees will perform the packing of boxes of majority of the government property.� Therefore boxes shall be delivered a minimum of 3 weeks prior to moving unless otherwise directed by the Contracting Officer (CO). (b) A complete list of furniture that is identified will be provided upon request after the site visit.� Computers and computer components will be disconnected prior to the Contractor moving it, including monitors from stands. �The Contractor will pack computer monitors and other computer equipment (wrapped in contractor provided protective wrap) as identified at workstations. �Approximately 150-155 computer workstations will be moved into assigned work areas and is shown on the computer components list which will be provided upon request after the site visit. �Movers will not plug in or access any computer equipment or open sealed boxes. Government employees will move all computers.� The Contractor shall move items identified as docking stations, power supplies, keyboards, mouse, monitors, etc. as identified on the list which will be provided upon request after the site visit. (c) Some items are already in boxes and will not require contractor furnished boxes. The Contractor is still expected to relocate these items to the new buildings. (d) Some items will not be able to be packed due to their size and configuration (i.e. furniture or equipment).� The Contractor is expected to still safely transport these items to the new buildings. �Some dismantling of these items may be needed. �The Contractor is responsible to re-assemble any items back to current conditions. (e) Government employees will remove all personal items prior to the move.� None will be moved using this contract. �Government employees shall box up all workspaces.� The Contractor is not expected to pack any Government property prior to the move except items identified in this document or identified in writing by the CO. (f) All items will be pre-labeled prior to the relocation services.� The labels will include the location within the building they are to be placed and a floor plan drawing of the new buildings. (g) All items will be delivered in the condition they were found before the move. (h) It will be up to the Contractor to determine how many boxes and transports will be required for the Government property. �Each box is labeled with the employee�s name and space number or general area (i.e. conference room).� A floor plan of the existing building site and of the new building site is a separate attachment to this pre-solicitation. Relocation will involve moving office furniture, filing/storage cabinetry with contents, shelving, kitchen appliances, files, books/reference material, supplies, computer accessories, printers, plotters, large copy machines, fax machines, pictures, wall maps, etc.� Personal items and plants will be boxed and removed from offices/cubicles prior to the arrival of the Contractor.� The Government will unpack all items upon arrival at the newly constructed buildings. �Unique items to relocate include large pallet shelving system in the warehouse, auto shop equipment, radio shop equipment, and pallets of stored items in the warehouse.� A full list of items to move per section will be an attachment to the solicitation. Contents of all bookcases, storage lockers, upper shelves of lateral file cabinets, and desks will be unloaded and boxed by the Government. �Vertical file cabinets will be identified and moved fully loaded, however some filing cabinets will not be moved and therefore will be labeled for excess and will be emptied by Government employees.� Many of the file cabinets will be located either upstairs of the INRC building or downstairs in the basement.� The Contractor will have elevator access to the basement files (elevator is approximately 6�8� wide by 4�3� deep and has a capacity of no more than 2,500 lbs.).� However, for cabinets going upstairs there is only stair access for the INRC building and warehouse areas. Cabinetry devoted solely to supply storage will be emptied and boxed by the Contractor.� This includes all supplies in the large metal shelving system located in the mailroom, paper stored in the main copy room, and supplies stored in the Warehouse.� Contents of the radio room, auto shop, and Warehouse will be identified for the Contractor to palletize to facilitate relocation with a forklift as needed.� The Contractor is required to disassemble, transport, and re-assemble pallet shelving located in the Warehouse as well. �All items to move under this contract will be identified with a moving identification label. The open space areas of the newly constructed buildings are going to be furnished with newly purchased modular furniture.� Therefore, much of the current modular furniture and components within the current building is not required to be moved and will be clearly labeled not to move. �Furniture to be relocated under this contract has been labeled with a moving identification label denoting the cubicle/office to which it belongs.� Furniture in a current cubicle/office will typically be placed throughout the new building. ITEM 2 � MOBILIZATION AND TRAVEL Transport personnel, equipment, supplies, and incidentals to Coeur d�Alene before beginning the project work.� Return personnel, equipment, supplies, and incidentals to the Contractor�s place of business upon completion of the project.� Provide overnight accommodations and feed employees for duration of the project. ITEM 3 � ITEMS FURNISHED BY CONTRACTOR The Contractor shall provide packing boxes at a minimum of 3 sizes along with protective wrap (i.e. bubble wrap) and packaging tape, at a minimum of 3 weeks prior to the move (October 13-16, 2020).� It is anticipated there would be 2 file boxes, 1 small moving box and 1 medium moving box per Government employee and an additional 20% more provided. Return of the boxes to the Contractor upon completion of the move is a requirement of this contract and shall be coordinated with the CO after Pay Items 1 & 2 are complete. �The Government and Contractor will agree upon a box collection site prior to the commencement of work.� The Government shall ensure that the boxes are available for pick-up by the Contractor at an agreed upon time after completion of the relocation. The Contractor shall provide temporary refuse containers for the packaging trash.� Coordination with the COR for placement and drop off times will occur after award prior to moving items.� The Contractor shall coordinate delivery and pick up of containers and disposal of trash.� Collection shall be two items outside of the boxes, consisting of non-recyclable and recyclable materials for each container. �No separate payment will be made for disposal or providing refuse containers. ITEM 4 � HAZMAT BUILDING RELOCATION The Contractor shall coordinate the transport of three (3) Hazmat buildings from one site to the other.� The electrical connection will be disconnected from the main power by a certified electrician prior to the move.� The Contractor will be responsible for the safe transport and placement of these hazmat buildings at the INRC site located behind the Warehouse.� The Contractor is not responsible for the electrical disconnection and reconnection of the Hazmat buildings.� However, coordination with the Contracting Officer�s Representative (COR) and CO is required to have the building disconnected timely prior to the move of the buildings. �The contents of the buildings shall be transported by Forest Service and BLM in conjunction with the Contractor to transport the buildings. �Coordination for the move with the contents shall be completed a minimum of 1 week prior to the move and coordination with the CO and COR is required. LOCATION OF PERFORMANCE The Forest Service and BLM District Office are co-located within the same building at the Forest Supervisor�s Office (SO).� The two agencies share two separate warehouses located on the same site as the SO building at 3815 Schreiber Way, Coeur d�Alene, ID.� The newly constructed INRC building and Warehouse are two separate buildings located at 3232 W. Nursery Road, Coeur d�Alene, ID. The current and newly constructed buildings are located approximately 1 mile apart.� The estimated square footages of the buildings are as follows: Current Buildings: ����������� Idaho Panhandle National Forests Supervisor�s Office:������� 21,560 square feet��� ����������� BLM Coeur d�Alene District Office:��������������������������������������� 21,560 square feet��� ����������� Forest Service/BLM Warehouse buildings (2):����������������������18,300 square feet combined Newly Constructed Buildings: ����������� Interagency Natural Rsource Center: ���������������������������������� 28,900 square feet ����������� Forest Service/BLM Wrehouse: ������������������������������������������ 17,160 square feet. Two loft areas in the current INRC and Warehouse require a stair carry.� Items located in these areas mostly consist of file cabinets, shelving, boxes of files, and miscellaneous supplies.� No other stair carries are required.� PERIOD OF PERFORMANCE The performance period for this contract is from October 1, 2020 through October 31, 2020.� The move should be staged as follows: (a) Relocate items from the Warehouse buildings including the pallet shelving; (b) Relocate BLM and Forest Service Central File System & Files and all Government workspaces.� Timing to complete this work is October 13th � 16th; and (c) Relocate the BLM and Forest Service HAZMAT buildings. The Contractor shall perform moving services for each phase within one week of the Government�s requested start date unless otherwise agreed by the CO or as specified above. �The Government may re-schedule the moving phase dates with at least 1 weeks� notice to the Contractor without penalty through the CO. GOVERNMENT FURNISHED PROPERTY With the exception of the items being moved, there is no other Government furnished property for this contract. �There will be a COR and Government Technical Monitor onsite during the move. CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all necessary supplies, materials, tools and equipment necessary to meet the requirements of this contract, including but not limited to forklifts, scissor lifts, furniture dollies, hand carts, etc. SUPERVISION, SECURITY AND QUALIFICATIONS The Contractor and employees shall be capable of performing commercial moving services. �The Contractor shall provide a list of employees authorized to work under this contract. �The list shall be submitted prior to employees working on the facilities. �The CO may require dismissal of employees whom the CO deems incompetent, insubordinate or otherwise objectionable, or whose continued employment the CO deems contrary to the public interest. �The Contactor is responsible for cleanup of any trash/litter created during the move when identified by the COR.� The Contractor is not responsible for cleanup of any litter/trash pre-existing to the items being moved. ATTACHMENTS (a) List of furniture, file cabinets and equipment to be moved (available upon request to all after site visit) (b) List of computer equipment to be packed and moved (available upon request to all after site visit) (c) Pictures of Hazmat buildings to be relocated (d) DRAWING LAYOUTS 1-2: �Floor plans of current SO building and Warehouses site (e) DRAWING LAYOUT 3-4: �Floor plans of newly constructed INRC building and Warehouse site
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/086a201ad158440fac61f924d03f98c9/view)
- Place of Performance
- Address: Coeur d Alene, ID 83815, USA
- Zip Code: 83815
- Country: USA
- Zip Code: 83815
- Record
- SN05656025-F 20200515/200513230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |