Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
SOLICITATION NOTICE

V -- Removal, transport and disposal of residual office furniture

Notice Date
11/16/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060406T0104
 
Response Due
11/28/2005
 
Archive Date
12/28/2005
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items and FAR Subpart 13.5 as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WRITTEN PROPOSALS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-06-T-0104 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-06 and DFARS Change Notice 20051114. The applicable NAICS code is 484210 and the small business size standard is $21.5 Million. This procurement is a 100% small business set-aside. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. A single award will be made to the lowest priced, technically acceptable quote. The resulting award is intended to be a firm fixed price contract. The requirement is for the removal, transport and disposal of residual furniture, safes and appliances from designated buildings onboard Camp Smith, Hawaii IAW with the Statement of Work, (see below) terms and conditions (CLIN 0001). Performance is at Camp Smith, Hawaii on 5 December 2005 ? 5 March 2006. Inspection and acceptance shall be at destination, Camp Smith, HI. A site visit is required to submit a quote and is scheduled for 22 November 2005 at 0830. No other date/time will be available. Please provide the following information for personnel that will be attending the site visit: Name, Address, Social Security No., Date and Place of Birth, Naturalization or Alien Registration No. if applicable, Company Name and Company?s Phone No. Please provide this information no later than 19 November 2005, 1200 Hawaii Standard Time either by fax at (808) 473-0811/(808)473-3524 or e-mail to annabelle.miller@navy.mil. Scope of Work: Work involves the removal, transport and disposal of residual furniture, safes and appliances from designated buildings onboard Camp Smith. Contractor shall provide vehicles, labor, equipment and materials for the movement and disposal of furniture, safes and appliances which include but are not limited to the disassembly, transfer and disposal of some modular workstations. The subject items are located within various buildings on Camp Smith, and designated items will be transferred to staging areas onboard Camp Smith and then on to Defense Reutilization and Marketing (DRMO) located at the Kalaeloa Redevelopment District (Barbers Point) or metal scrap recycling stations at Campbell Industrial Park and/or Naval Station Pearl Harbor. Enclosure (1) provides an estimated inventory of items to be transported and disposed of, however, the contractor is responsible for verifying items and quantity during the scheduled site visit. Furniture items that are not acceptable for recycling and have been rejected by DRMO will be disposed of utilizing construction dumpsters. The contractor shall provide adequate dumpsters at Camp Smith, for the disposal of the un-serviceable or non-recyclable items. The contractor shall specify in their proposal the number and size of dumpsters that will be provided. A government representative will determine the items that will be disposed of utilizing the dumpsters. Period of performance is 5 December 2005 to 5 March 2006. Approximately 57 modular workstations will require disassembly. The co ntractor will be responsible for providing an electrician, licensed by the State of Hawaii, to disconnect module electrical whips from electrical junction boxes. Working Hours: Normal working hours shall be between the hours of 7:30 a.m. and 3:30 p.m., Monday through Friday. Deviations from these hours will be considered on a case-by-case basis with 48 hours advance notice. Dress Attire: Sleeved shirt with the company logo clearly visible, long pants and shoes. Base Access: Contractor will be required to obtain base passes for all personnel and vehicles accessing Camp Smith. Process and procedure will be discussed with the awarded contractor. Jobsite Requirements: An on-site first aid kit shall be available at all times. Elevator Use: Elevators are available for use by the Contractor, however, these are personnel elevators whose usage will be shared with the buildings? personnel throughout the move. Because of this ?dual use?, the utilization of stairwells should also be considered. Consolidation Procedure: Furniture and equipment items within Camp Smith buildings will be consolidated and placed within designated holding areas or staged for transportation to DRMO or metal/wood scrap recycling points. These furniture and equipment holding/staging areas will be identified during the scheduled site visit. Damages: The contractor shall protect all existing surfaces as necessary to prevent damage to the existing buildings during the movement of furniture. Contractor shall replace or repair any damage done to any Government facility as a result of the moving operations. Clean Up: Upon completion of each workday, the areas affected by the furniture operations shall be policed to remove rubbish and debris created as a result of the furniture movement or disposal. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies with the following addendum: Paragraph (h) Multiple Awards: Delete entire paragraph and insert single award. The government plans to award a single contract resulting from this solicitation. FAR 52.212-2, Evaluation of Commercial Items apply. The following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. A single award will be made to the low cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price all CLINs. In the event the unit price(s) and extended price(s) are ambiguous, the government shall use the indicated unit price(s) for evaluation and award purposes. Offerors shall include with the offer a completed copy of the provision in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. If the offeror has completed the annual representations and certifications electronically at http:/orca.bpn.gov, the offeror shall complete only paragraph (j) of the provision. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.232-36 Payment! by Third Party, FAR 52.247-64 Preference for Privately Owned U.S.-Fla g Commercial Vessels and FAR 52.222-41 Service Contract Act of 1965, As Amended. FAR 52.215-5 Facsimile Proposals apply to this requirement. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. The Government intends to award a single contract resulting from this solicitation. A single award will be made to the lowest priced, technically acceptable quote. Questions shall be forwarded to the contracting office no later than 23 November 2005. All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Proposals shall be e-mailed to annabelle.miller@navy.mil no later than 12:00 Noon Hawaii Standard Time, 28 November 2005. Facsimile proposals will be accepted at (808) 473-0811 or (808) 473-3524.
 
Record
SN00933099-W 20051118/051116212356 (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.