Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

V -- Establishment of an Indefinite Delivery Requirements Contract for office contents relocation services and other related moving type services

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-04-R-0001
 
Archive Date
5/1/2004
 
Point of Contact
Diane Skinnell, Contract Specialist, Phone 717 770-4613, Fax 717 770-5689,
 
E-Mail Address
diane.skinnell@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center located in New Cumberland, PA has a requirement for the establishment of an Indefinite Delivery Requirements Contract for a contractor to provide office contents relocation services, as well as other related moving type services specified in this Statement of Work, for the Defense Distribution Depot Susquehanna (DDSP), New Cumberland and Mechanicsburg, PA sites to include the tenant activities located at the New Cumberland site (hereinafter referred to as ?customers?). Services may be required at one site only or services may be required from New Cumberland to Mechanicsburg or from Mechanicsburg to New Cumberland. The distance between New Cumberland and Mechanicsburg is approximately 10 miles. Relocation and other related moving type services are to be provided on an ?as needed? basis and may vary in level of service as well as size of job. The Contractor shall furnish the necessary personnel, vehicles, tools, equipment and materials to provide office contents moving and relocation services. Office moves may involve moving only a few pieces of furniture or equipment within one building or may involve moving an entire office or suite to another building. Items to be moved may include, but are not limited to, boxed materials, office equipment, office supplies, furniture, cabinets, shelving units, safes, refrigerators, computer equipment, microwaves, and copying machines. The services may include a variety of manual tasks involving moving; disassembling, reassembling and assembling of new and used office furnishings; transportation to destination; delivery to designated room(s) at new location; placement inside the room(s) as required and reassembling that which the Contractor disassembled. In addition, the Contractor may be required to transport surplus Government property to a designated property disposition area. The Contractor may also be required to support official functions of the Command Affairs Office located at the New Cumberland site, as necessary, by providing labor to set up chairs and stages for ceremonies and meetings. The Government will provide the chairs and stage equipment to the Contractor. The Contractor shall comply with all safety and building regulations pertaining to the movement of equipment. All filing equipment shall be transported upright and all filing cabinet drawers must be taped or otherwise protected against opening. Contractor personnel shall take particular care when moving computer equipment, typewriters, adding machines, calculators, and other machines of this type. Contractor personnel shall take every precaution not to damage any equipment. HAZARDOUS MATERIALS OR HAZARDOUS SUBSTANCES SHALL NOT BE MOVED UNDER THIS CONTRACT. The majority of the work to be done under this contract will be in buildings occupied by Government employees. Therefore, the Contractor agrees to undertake its best effort to guarantee the work is performed in a way to ensure minimal disruption to the building occupants and agency operation. For relocation services that require moving an entire office or suite to another building or site, the Contractor may be required to provide any or all of the following: a. conduct site visits with customer(s) to inspect sites where services are to be performed. b. furnish all packing containers and related supplies including, but not limited to, boxes and cartons, crating material, padding material, marking material, sealing tape and color coded marking tags. c. color coordinate multiple office moves on floor plans, floor maps, or office layouts and move property in groups, by office or area. Contract period is anticipated to be from January 20, 2004 through January 19, 2005 with four (4) option year periods. It is anticipated that approximately 95% of all work required under this contract will be paid via the Government Purchase Card (Visa credit card). Therefore, in order to be considered for award, the Contractor must accept the Government Purchase Card as a payment method. The other work (approximately 5%) may be required by customers who are not authorized to use the Government Purchase Card. Payment for this other work will generally require the submission of an invoice to the payment office designated on the task order. Submission of an offer in response to this solicitation represents Contractor?s acceptance of the Government Purchase Card as the major payment method for task order issued under the resultant contract. Failure to accept the Government Purchase Card as the major payment method will result in rejection of the Contractor?s offer. Since some payments for work performed under this contract may not be made via the Government Purchase Card and in order to comply with the Debt Improvement Collection Act of 1996, all contractors must be registered in the Central Contractor Registration database. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The Government intends to award a contract resulting from this solicitation to the responsible offeror using the lowest price technically acceptable source selection process. The solicitation will provide the evaluation factors for award. The solicitation will also identify all information that the prospective offeror must submit in order to be considered for award. This acquisition is 100% set aside for small business concerns. All responsible small business concerns may submit an offer that shall be considered by this agency. The North American Industry Classification System (NAICS) code for this project is 484210 and the size standard is $21.5 million. It is anticipated that the solicitation will be posted to this site during the week of October 6, 2003. The dealine for the receipt of proposals will be stated in the solicitation package. Amendments to the solicitation will also be posted to this site. Prospective offerors with Internet capability should obtain all solicitation information from this site. It is requested that if your company intends to obtain all solicitation information from this site, an email should be sent to Diane Skinnell at diane.skinnell@dla.mil so that your company is included on the source list. Prospective offerors without Internet capability may fax a request for the solicitation package to facsimile number: 717-770-5689, Attn: Diane M. Skinnell. Requests for solicitation packages should provide the following information: Company name, physical address and mailing address (if different), company?s point of contact, phone and facsimile numbers.
 
Place of Performance
Address: Defense Distribution Depot Susquehanna (DDSP), New Cumberland and Mechanicsburg,PA
 
Record
SN00435187-W 20030918/030916213024 (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  © 1994-2020, Loren Data Corp.