Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 14, 2001 PSA #2850
SOLICITATIONS

V -- TRANSPORTATION, TRAVEL & RELOCATION SERVICES

Notice Date
May 10, 2001
Contracting Office
FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392
ZIP Code
23511-3392
Solicitation Number
N00189-01-T-0650
Response Due
January 24, 2001
Point of Contact
Linda Mathews 757 443-1329
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with add'l info included in this notice. This announcement constitutes the request for quote for the required items. Proposals are hereby requested under RFQ N00189-01-T-0650. A subsequent solicitation document will not be issued. Fisc Acquisition Group Norfolk intends to procure for the relocation of the Commander Reserve Patrol Wing from Naval Air Station Norfolk, Virginia to the Naval Air Station JRB Willow Grove, in accordance with the following statement of work. The Commander Reserve Patrol Wing's(CRPW) homeport change requires the reolcation of it's office equipment from 513 Park Cresent, Norfolk, Va 23511 to Hangar 80, Naval Air Station JRB Willow Grove, PA 19090. The relocation will be from the second floor with an elevator to the second floor without an elevator. The relocation will be done in two phases; Phase one is approximately 25% of equipment located at the command that is deemed to be non-mission critical. Phase two will relocate the remainder of the equipment. The relocation dates are as follows: Naval Air Station Norfolk, Va. pack out date for Phase one is 13/19 Jun 01, to arrive at Naval Air Station JRB Willow Grove by 21/22 Jun 01. Naval Air Station Norfolk pack out date for Phase two is 30/31 July 01, to arrive Naval Air Station JRB Willow Grove 2/3 Aug 01. The contractor will provide proper packaging for all material to ensure it does not get damaged during the relocation. This material includes basic office furniture, Automated Data Processing equipment, paperwork files stored in desks/storage areas, consumable office supplies, bulletin boards/artwork/wall hangings, publications, and a Times-2 Speed file system. Any equipment the Contractor deems necessary to disassemble to facilitate shipment will need to be properly reassembled and inspected upon arrival at Naval Air Station JRB Willow Grove. Reassembled furniture must meed approval of CRPW representative. There will be an inventory and identification fo material by office space/room number and owner to allow for easier identification upon arrival at NAS JRB Willow Grove. Identification must allow for accountability of pilferable assets, i.e. ADP equipment. Contractor will be responsible for packing all files and publications to prevent damage. A CRPW representative will inspect and unpack files upon arrival. Contractor will be required to remove all CRPW bulletin boards/artwork/wall hangings at NAS Norfolk. CRPW bulletin boards/artwork/wall hangings will be installed by CRPW personnel at NAS JRB Willow Grove. Contractor will be required to disassemble and reassemble a Times-2 Speed File System. Manufacturer suggests contacting them prior to disassembly/reassembly. The following inventory is for estimation purposes only. June Move Desks 11, Desk Returns 7, Overhead Cabinet, Desks 10 CPU, w/Misc. Accessories 19, Monitor 14, Printer, desktop 7, Bulletin Board 5, Chairs 6, Book Shelves 4 filing Cabinets 5 Drawer 2, Filing Cabinets 3 Drawer 2 Filing Cabinets, upright 1, Tables 2, Copiers 2, Facsimile Machines 2, Typewriters 2, Heaters, portable 3, Shredder 1, Scanners 1, July Move: Desks 26, Desk Returns 23, Overhead Cabinet, Desk 15, CPU, w/ Misc Accessories 29, Monitors 29, Printer, Desktop 28, Bulletin Boards 15, Chairs 59, Book Shelves 11, Lockers 14, Filing Cabinets 5 drawer 3, Filing Cabinets 4 drawer 3, Filing Cabinets 3 drawer 12, Filing Cabinets 2 drawer 5, Filing cabinets upright 4, Tables 4, Table fans 6, Copiers 2, Facsimile machines 2, Loveseats 4, Credenzas 3, Printer, Floor 3, Safe 2, Coatrack 2, Shredder 1, Desks 26, Desk return 23, Overhead Cabinet, desk 15, CPU, w/Misc. Accessories 29, Monitors 29, Printers, desktop 28 Bulletin Boards 15, Chairs 59, Book Shelf 11, Locker 14, Filing Cabinet, 5 Drawer 3, Filing Cabinet 4 drawer 3, Filing cabinet 3 drawer 12, Filing cabinet 2 drawer 5, Filing cabinet upright 4, tables 4, table fan 6, copier 2, facsimile machine 2, Loveseat 4, Credenza 3, Printer, Floor 3, Safe 2, Coatrack 2, Shredder 1, scanner 1, Computer Desk 1, Overhead Projector 1, TV 1, VCR 1, TV Stand 1, Podium 1, Flags 22, Scale 1, Plaques/Pictures 85, Easel 1, Ceremonial Bullets 6, Flag Stand 1, Carpet 1, Picture Board 2, Refrigerator 2, Microwave 1, Times-2 Book shelves 3, Coffee Pot 1, Scanner 1, Computer Desk 1, Overhead Projector 1, TV 1, VCR 1, TV Stand 1, Podium 1, Flags 22, Scale 1, Plaques/Pictures 85, Easel 1, Ceremonial Bullets 6, Flag Stand 1, Carpet 1, Picture Board 2, Refrigerator 2, Microwave 1, Times-2 Book shelves 3, Coffee Pot 1. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.2212-2 Eval-Commercial ITems: The Govt.. intends to make an award to the responsible offeror whose offer conforms to the technical requirements and submits the lowest overall price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, 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: The following numbered subparagraphs under paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9), (10), (11) "regulatory". The incorporated provisions and clauses are those in effect through FAC 90-37. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: DFAR 252.252-700 Buy American Act -- Balance of Payments Program Certificate (DEC 1991), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: The following clauses under paragraph (b) of this clause apply: 252.219-7008, 252.225-7001, and 252.233-7000. Award will be made to the eligible, responsible offeror whose offer, conforms to the solicitation, offers the most advantageous price to the Govt. The Govt, reserves the right to award the contract to other than the lowest priced offeror. As a minimum, vendors should provide this office a price proposal on letterhead or a SF1449 for the requested items w/ price, prompt payment terms, remittance address, and copies of FAR 52.212-3 and DFAR 252.212-7000. DFAR 252.204-7004 (MAR 1998), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) Database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information SErvices to identify unique business entities. (3) "Data Universal Numbering System +4 (DUNS+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion fo the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "registered in the CCR Database" means that all mandatory information, including the DUNS number of the Duns+4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (5) The offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that a offeror, is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. Responses to this solicitation are due by COB May 24,2001. All offers shall be mailed to; Norfolk Acquisition Group, Hampton Roads Detachment, Fleet & Industrial Supply Center, 1968 Gilbert Street, Suite 600, Attn: Linda Mathews, Code 202C2, Norfolk, Virginia 23511-33892. Facsimile responses are acceptable. They may be faxed to 757-443-1329 Attn: Linda Mathews Code 202C2. Reference RFP N00189-01-T-0650 on all bids. CITE: (W-310 SN259296).
Record
Loren Data Corp. 20010514/VSOL003.HTM (W-130 SN50L7N8)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on May 10, 2001 by Loren Data Corp. -- info@ld.com