Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2002 FBO #0374
SOLICITATION NOTICE

99 -- Furnishings Management Operations

Notice Date
12/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0029
 
Response Due
12/20/2002
 
Archive Date
1/4/2003
 
Point of Contact
Cathy Perry, Contracting Specialist, Phone 202-767-8048, Fax 202-767-7896, - Willie Haney, Contract Specialist, Phone (202) 767-7980, Fax (202) 767-7816,
 
E-Mail Address
catherine.perry@bolling.af.mil, willie.haney@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0029. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a small business set-aside. The North American Industry Classification System code is 561110 (formerly SIC code 8744) at $6.0 million size standard. LINE ITEMS: 0001 Provide Furnishing Management Office (FMO) operation services including Minor Repairs at Bolling AFB and sites specified in the SOW QTY: 3/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0001AA Major Repairs, Parts and Services for (FMO) at Bolling AFB and sites specified in the SOW, QTY: NOT TO EXCEED $20,000.00. 0002 Perform Warehousing of General Officer Furnishing (GOQ?s) services including Minor Repairs at Bolling AFB and sites specified in the SOW, QTY: 3/MO, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002AA Major repairs, Parts and services for (GOQ?s) at Bolling AFB and sites specified in the SOW, QTY: NOT TO EXCEED $5,000.00. 0003 MASS MOVES (As specified in section 1.3.10 in accordance with the SOW, QTY: ESTIMATED 150,000 LBS (Price per pound) $.05 for a total amount of $7,500.00. 0004 Contract data Submissions, QTY: NOT SEPARATELY PRICED. 0005 Emergency Services QTY: ESTIMATED 20 HRS $22.19 for a total amount of $443.80. A complete price breakdown is required as part of your offer for each line item listed above. The following is an example: Quantity, Unit, Unit Price and Total Amount. ?Notice to Offerors: Funds are not presently available for this project. No award will be made under this combined synopsis/solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. If requirement is partially funded, it will be ?partially? awarded.? INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: GENERAL INFORMATION. STATEMENT OF WORK FOR FURNISHINGS MANAGEMENT OPERATIONS 1. DESCRIPTION OF SERVICES: The contractor shall provide all management, personnel, labor, tools, equipment, transportation, and materials and services necessary to operate the Base Furnishings Management Operations and maintain government-furnished property in support of Bolling AFB, DC, and sites located on Fort Myers, VA, Ft Meade, Ft McNair, and Andrews AFB, MD as set forth in this statement of work under the guidelines of AFI 32-6004 Furnishings Management, dated 18 April 2002. 1.1 BASIC SERVICES. The contractor shall manage all aspects of furniture, equipment and appliance management for dormitories, lodging facilities, unaccompanied officer and NCO quarters, and General Officer Quarters (GOQ?s). The contractor shall perform to the standards in this contract. 1.2. FURNISHINGS AND APPLIANCE MANAGEMENT. Functional areas of responsibility include financial management, warehouse management, accountability and cleaning and repair of furnishings, equipment and appliances. 1.2.1. Request, receive, issue, store, budget, delivery, and pick up all government owned furnishings authorized for use in government owned/leased facilities/quarters on Bolling AFB, Fort Myers, Ft Meade, Ft McNair, and Andrews AFB. Make partial deliveries based upon availability of assets. Accomplish delivery and /or removal of furnishings in Unaccompanied Housing, Lodging, and General Officer Quarters (GOQ) facilities. 1.2.2. Maintain separate supply and equipment accounts for family furnishings and unaccompanied members furnishing assets. This shall include being the primary custodian for all Allowance Standard (AS) 106, Housekeeping Furnishings for Special Command Positions and AS 414, Quarters Furnishings assets (including those funded with non-appropriated funds). 1.2.3. Perform and document annual inventory of all furniture and appliances. Adjust and reconcile asset balances by submission of proper documentation and provides results to the duly authorized government representative (QAE) as stipulated in AFI 32-6004, Chapter 4. 1.2.4. Maintain an automated work order and warranty system to control all repairs, replacement, and maintenance of furnishings and appliances. The contractor shall use the government provided Automated Civil Engineering System-Furniture Management Operations (ACES/FMO) system. Users must comply with 11th Wing Network Security Policy (Appendix C). 1.2.5. As stipulated in AFI 32-6004, Chapter 7 and Attachment 3 (Appendix C), the contractor is responsible for all actions associated with assembling data for and managing the Quarters Improvement Committee (QIC) meetings and acts as recorder and prepares and distributes the QIC minutes. The contractor shall maintain and update an automated Quarters Improvement Plan (QIP) to address all elements of the lodging and unaccompanied facility living environment as stipulated in AFI 32-6004, Attachment 4 (Appendix C). 1.2.6. Maintain a quality showroom of furnishings designed specifically for GOQ?s. 1.2.7. REPAIRS: Provide maintenance, touch-ups, and cleaning of all government furnishings and appliances. 1.2.7.1. Minor. Contractor is responsible for all repairs and touch-ups that are less than $200. 1.2.7.2. Major. Contractor will provide written repair and replacement costs, and anticipated length of service for the repaired item within three (3) workdays of receiving the defective item. Written approval by a duly authorized government representative (QAE) is required prior to initiating repairs on any single item. A minimum of two cost estimates is required for approval. 1.3. CONTROL FURNISHINGS INVENTORY. Schedule, deliver, pick-up (includes to and from off-base quarters) furnishings to include assembly and disassembly of furniture items. Deliver and install appliances. Accomplish deliveries and pickups within 2 workdays of request by authorized customers. Ensure assets are protected during transport. On site acceptance of pick-up and deliveries generally occur between 1000-1500 Monday through Friday. The contractor must be able to receive work requests via email, phone and fax machine. Maintains a clear and defined ACES/FMO tracking system and audit trail of all furnishings and appliance transactions. Provide and maintain an ACES/FMO Furnishings transaction Control Log for all activities performed involving movement or acceptance of furnishings for each customer. These records show the status of all assets physically in the warehouse and those assets issued to customers. All transactions must be logged as an exchange, turn-in, issue, or repair within 24-hours of the transaction. Furniture and appliances must be stored and managed under separate dormitory, lodging, and GOQ accounts. 1.3.1. Maintain sufficient furnishings backup stock. 1.3.2. The contractor may be required to remove or install all furniture in order to prepare a facility for renovation or furnish a new/renovated facility(s). The contractor shall provide these services as required by the contracting officer at the hourly rate stipulated in the bid schedule. 1.3.3. When furnishings are turned-in or condemned, provide written documentation of items for government approval at least seven (7) working days in advance of the proposed disposal date. Receive new shipments of furniture and appliances for incorporation into the inventory. Remove, load and unload, unpack, and assemble the items. Properly dispose of all packing materials at an off-base location. Transport, unload and manage the turn-in of furnishings into base supply or Defense Reutilization Management Office (DRMO) within three (3) workdays of government approval. Provide weight tickets to validate the weight of furnishings taken to DRMO. 2. SERVICE DELIVERY SUMMARY. Performance Objective SOWPara Performance Threshold Furnishing Management.Customers have sufficient furnishings. Customers are satisfied with furnishings availability. Contractor provides furnishings in a timely manner. Furnishings provided by the contractor are in good repair, clean and serviceable. 1.2. No more than three customer complaints per month. Control Furnishings Inventory.Inventory records are accurate and current. Furnishings are properly stored. Customers are satisfied with pick up and delivery of furnishings and appliances. 1.3. No more than three customer complaints per month. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The contractor will be provided office space (approximately 270 sq. ft) in Blanchard Barracks, Bldg. 1302. Reasonable quantities of utilities as they exist will be furnished without charge to the contractor. Utilities are to be used only in conjunction with the performance of this contract. The contractor shall make sure employees practice utility conservation. On-base pick-up/delivery (distribution) mail services as they exist shall be provided at Blanchard Barracks, Bldg. 1302. The contractor must perform custodial duties in and around assigned government-furnished facilities. The contractor shall furnish refuse containers and refuse collection at the contractor's facility and work site. The contractor shall abide by all federal, District of Columbia and local recycling laws and regulations. The contractor is encouraged to utilize the on-base recycling center for cardboard, paper and aluminum and will deliver cardboard boxes and other recycling materials to the Base Recycling Center. The contractor shall not place trash or debris in the roll out refuse or recycling containers. The contractor shall take no action inconsistent with the program. 4. GENERAL INFORMATION 4.1. QUALITY CONTROL. The contractor shall develop, submit for contracting officer approval, and maintain a quality program to ensure furnishings management services are performed in accordance with established commercial standards. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in paragraph 2, Service Delivery Summary, and paragraph 1.2, Specific Functions. 4.2. QUALITY ASSURANCE: The government will periodically evaluate the contractor's performance in accordance with the Quality Assurance Surveillance Plan. 4.3. HOURS OF OPERATION/OFFICE REQUIREMENTS: Both the office and warehouse must be open and operational from 7:30 A.M. to 4:30 P.M. Monday through Friday excluding Federal holidays. If the contractor is away from the office during these hours, a notice must be posted on the door that includes the location of personnel for emergencies and estimated time of return. Posting a pager/cell phone number is satisfactory. For times other than the normal lunch hour if the office is left unattended for more than 30 consecutive minutes, the contractor must also provide a telephone answering system and phone number to ensure the customer's requests can be received when no one is in the office. The contractor shall lock the office during any periods of absence. On occasion, the contractor's services may not be required, or may be required at a different level of service (e.g., alerts, disaster situations, etc), the contracting officer will notify the contractor or alternate if this should occur. An equitable adjustment will be negotiated pursuant to the change clause. 4.4. ADDITIONAL REQUIREMENTS: 4.4.1. The contractor shall provide a contract manager to be responsible for the performance of work. The name of this person and an alternate, who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer at the pre-performance conference and at any time it changes. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to the daily operation of this contract. 4.4.2. Telephone service is required and shall be the contractor's responsibility. Telephone number(s) must be published. 4.4.3. The contract manager or alternate shall be available within 60 minutes during normal duty hours to meet on the installation with government personnel (designated by the contracting officer) to discuss problem areas. Non-emergency issues after normal duty hours will be handled first thing the next duty day. 4.4.4. Contractor personnel shall present a clean, neat appearance and be easily recognized. The contractor shall furnish each employee with an identification badge. The badge shall contain a picture of the person, the person?s name, the name of the contractor, and the words Housing Maintenance. All badges shall be uniform, worn on the outer clothing, and be visible at all times. All contractor employees shall be able to understand, read, speak and write English. For security purposes, all contractor employees shall comply with the base security policies as outlined in the contract. 4.4.5. Key Control. The contractor shall establish and implement methods of ensuring that all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. Contractor must not duplicate any government provided key. The contractor shall report the occurrences of lost or duplicated keys to the QAE or contracting officer immediately upon discovery. The contractor shall develop key control procedures. In the event that keys are lost or duplicated, the contractor shall reimburse the government to re-key or replace the affected locks. 4.4.6. SPECIAL QUALIFICATIONS/CERTIFICATIONS. The Contract Manager will ensure the Contractor's employees are trained on the proper operation, use, and handling of all material handling equipment, trucks and vehicles used in the performance of this Statement of Work. Documentation stating the employees received this training will be maintained by the contract manager until contract expiration. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest, nor shall the contractor employ any person who is an employee of the Department of the Air Force either, military or civilian unless such person seeks and receives approval according to AFPD 51-9. In addition, the Contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFI 64-106. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform. Provide the names and required personnel identification data to the contracting officer to obtain base passes. The contractor shall be responsible for all passes issued to his employees under this contract. Passes shall be turned in at the end of the contract or when ever employees are terminated. 4.5. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. Performance of Services During Crisis. IAW DoDI 3020.37 Para 4.2 ?Contractors providing services designated as essential by a DoD Component are expected to use all means at their disposal to continue to provide such services, in accordance with the terms and conditions of the contract during periods of crisis, until appropriately released or evacuated by military authority.? Upon initial notification by the Contracting Officer, the contractor shall continue to perform all Change of Occupancy and Emergency Service Call tasks. As the situation is further assessed, along with the needs of the government under crisis, the contracting officer shall notify the contractor to continue with normal operations, curtail all operations except Emergency Service Calls and force protection tasks, or vacate the base. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5, 252.212-7000 and 252.225-7000. Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Warehouse Specialist (Warehouse Worker), Monetary Wage-Fringe Benefits: WG-5, $15.01; Employee Class: Furniture Repairer, Minor, Monetary Wage-Fringe Benefits: WG-7, $16.01; Employee Class: Laborer, Monetary Wage-Fringe Benefits: WG-2, $10.70. The incorporated Wage Determination 1994-2103, dated October 4, 2002, revision 28 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 20 Dec 02 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20332 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Catherine B. Perry, Contract Specialist, Phone (202) 767-8048, FAX (202) 767-7897, E-mail to Catherine.Perry@bolling.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-03-T-0029/listing.html)
 
Place of Performance
Address: 110 Luke Avenue, Room 260 Bolling AFB DC
Zip Code: 20602
Country: United States
 
Record
SN00219460-F 20021211/021209220347 (fbodaily.com)
 
Source
FedBizOpps.gov 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.