Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

V -- Packing and Crating Service

Notice Date
10/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
FA4626-04-R-0001
 
Response Due
12/8/2003
 
Point of Contact
Tracey Linna, Contract Administrator, Phone 406-731-4354, Fax 406-731-4005, - Carolyn Wood, Systems & Technology Team Chief, Phone 406-731-4019, Fax 406-731-3748,
 
E-Mail Address
tracey.linna@malmstrom.af.mil, carolyn.wood@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice for Packing and Crating Services at Malmstrom AFB, MT. Services include but are not limited to movement or drayage of personal property, to include packing and crating. The contractor shall furnish adequate supervision, labor, materials, supplies, and equipment necessary to perform all the services contemplated under this contract. The requirement consists of three schedules for: 1) Outbound 2) Inbound and 3) Intra city/Intra area. SCHEDULE I - Outbound Services shall include a premove survey, servicing of appliances, disassembly of furniture, if required, packaging, inventorying, tagging, wrapping, padding, packing and bracing of household goods in Government-owned and furnished shipping containers (Shipping Container FED SPEC PPP-B-580, MTMC Pam. 55-12) at owner’s residence, or at contractor’s facility when ordered by the contracting officer, properly securing and sealing for shipment, weighing, obliterating old markings, marking, strapping, and drayage of the container within an area of performance. Service shall also include loading of shipments on line-haul carrier’s equipment at the contractor’s facility. SCHEDULE II - Inbound Services shall include drayage from contractor’s facility to storage warehouses, air and surface transportation terminals, military installation shipping offices and ocean or river terminals/piers and return, unloading from the delivering carrier’s vehicle, handling into contractor’s facility, drayage to owner’s residence, decontainerization and unpacking of loaded containers of household goods and placing goods in appropriate rooms as directed by owner, unservicing appliances, assembly of any disassembled articles and removing shipping containers, barrels, boxes/crates and debris from owner’s residence and drayage of empty containers to contractor’s or Government facility. SCHEDULE III - Intra city/Intra Area shall include a premove survey, servicing of appliances, packaging and packing at owner’s residence to protect household goods properly during transit, tagging of items, inventorying, loading, weighing, drayage, unloading, unpacking, and placing of each article in owner’s new residence as directed by owner or owner’s designated representative and removal of all empty containers and materials from residence. This acquisition will be solicited as a Request For Proposal utilizing FAR Part 15 negotiation procedures. A firm-fixed price type contract will result from this solicitation and multiple awards are possible. Award selection will be based on Performance Price Tradeoff procedures. The performance period will be for a 12-month base year with an anticipated start date of 01 Jan 2004, and four, one-year option periods. This acquisition is a 100% Small Business Set-Aside. The applicable North American Industry Classification System Code (NAICS) is 488991. The small business size standard is $21.5 million. The unit Small Business Specialist is Mr. Mark Roush. He may be reached at (406) 731-4017. The solicitation will be posted on or about 7 Nov 2003 with an estimated closing date of 8 Dec 2003. The entire solicitation will be made available only on the Electronic Posting System (EPS) website at http://www.eps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. To be eligible for contract award, a firm MUST be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet Site at http://www.ccr.gov/ or by contacting the CCR Customer Service Contact Information at 1-888-227-2423. All responsible sources may submit an offer that shall be considered by the agency. Any questions regarding this notice should be directed to TSgt Tracey Linna (406) 731-4354 or e-mail at Tracey.Linna@malmstrom.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-OCT-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/341CONS/FA4626-04-R-0001/listing.html)
 
Place of Performance
Address: Malmstrom AFB MT
Zip Code: 59402-6863
Country: USA
 
Record
SN00562152-F 20040409/040407214413 (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.