Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

V -- Packing and Crating

Notice Date
11/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
488991 — Packing and Crating
 
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
FA462606A0003
 
Response Due
11/30/2005
 
Archive Date
12/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Packing and Crating (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ) for implementation of a Blanket Purchase Agreement (BPA). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA462606A0003. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. (iv) The North American Industry Classification System (NAICS) code is 488991. This acquisition is a 100% set-aside for small business participation only. The business size standard is $21.5 Million. (v) This combined synopsis and solicitation is for: Packing and Crating for Malmstrom AFB and includes Montana Counties listed as Area 1 (Daniels, Dawson, Garfield, McCone, Phillips, Prairie, Richland, Roosevelt, Sheridan, Valley, Wibaux), Area 2 (Big Horn, Carbon, Stillwater, Treasure, Yellowstone) and area 3 (Carter, Custer, Fallon, Powder River, Rosebud). (vi) 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 services contemplated under this BPA. The requirement consists of three schedules for: 1) Outbound 2) Inbound and 3) Intra city/Intra area. SCHEDULE I ? Outbound Services shall include a pre-move 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 owners residence, or at contractors 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 areas of performance. Service shall also include loading of shipments on line-haul carrier?s equipment at the contractor?s facility. SHEDULE II ? Inbound Services shall include drayage from contractors 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 carriers vehicles, handling into contractor?s facility, drayage to owners residence, de-containerization and unpacking of laded 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 owners residence and drayage of empty containers to contractors or Government facility. SCHEDULE III ? Intra city/Intra Area shall include a pre-move survey, servicing of appliances, packaging and packing at owners residence to protect household goods properly during transit, tagging of items, inventorying, loading, weighing, drayage unloading, unpacking, and placing of each article in owners new residence as directed by owner or owners designated representative and removal of all empty containers and materials from residence. (vii) The performance period will be for a 12-month base period and two, one-year option periods. (viii) The provision at FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) Quotes will be evaluated on price, price related factors and ability to meet Specifications required in the Statement of Work to include a Government approved and certified storage facility. (x) The offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders?Commercial Items (Jan 2005) (Deviation), applies to this Acquisition, which includes: FAR 52.219.8, Utilization of Small Business Concerns (May 2004), FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), FAR 52.222-35) Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793), FAR 52.222-41, Service Contract Act of 1965, as Amended (May 1989), FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Also included are FAR 52.202-1 Definitions (Dec 2001), FAR 52.247-21 Contractor Liability for personal Injury and/or Property Damage (Apr 1984), FAR 52.247-22 Contractor Liability for Loss and or Damage to Freight Other than Household goods (Apr 1984), FAR 52.247-23 Contractor Liability for Loss and/or Damage to Household Goods (Jan 91) FAR 52.245-4 Government Furnished Property Short form (Jun 2003), FAR 52.253-1 Computer Generated Forms (Jan 1991), DFAR 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials (Apr 1993), DFAR 252.247-7016 Contractor Liability for Loss or Damage (Dec 1991), DFAR 252.247-7017 Erroneous Shipments (Dec 1991), DFAR 252.247-7019 Drayage (Dec 1991), DFAR 252.247-7023 Alt 1 Transportation of Supplies by Sea (May 2002 Alt I) (Mar 2000) (xiii) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. (xiv) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a mutiple award or an all or none basis. (xvi) Quotes are required to be received no later than 12:00 noon MST, 30 Nov 2005. All quotes must be faxed to (406) 731-4005 to the attention of MSgt Michael Birkland. Please follow up with a phone to ensure I received your fax. (xvi) Complete Bid Schedule and Statement of Work available on request due to size of document. Direct your questions as well to MSgt Michael Birkland @ (406) 731-4011 or email @ michael.birkland@malmstrom.af.mil.
 
Place of Performance
Address: Montana
Country: USA
 
Record
SN00934496-W 20051120/051118212042 (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.