Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
MODIFICATION

S -- Furniture Moving Service

Notice Date
9/20/2006
 
Notice Type
Modification
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
Reference-Number-F2VUEN6226A100
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Point of Contact
Nathan Bowles, Contract Specialist, Phone 813-828-6875, Fax 813-828-5111,
 
E-Mail Address
nathan.bowles@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice current as of FAC 2005-12. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.This procurement is a 100% Set-Aside for Small Business. The North American Industry Classification System code (NAICS) is 488991 the size standard of which is $21,500,000 in annual receipts (Not to Exceed). Description:Furniture moving services in accordance with incorporated performance work statement for the period 1 Oct - 31 December 06 (3 months). Responses to this notice shall notify the government of cost and pricing breakout to include, mobilization, labor categories with HOURLY rates, and expectant equipment charges (rental vehicles, tools, etc) as applicable. This not to exceed amount established upon contract award shall be used for monthly invoicing through the WAWF system. In the invoice, the control number assigned by the government to the task shall be included along with a detailed report of work performed to include any equipment charges, labor hours and other chargeable and allowable costs. For consideration of award vendors must be registered with the Central Contractor Registration, not found on the Excluded Parties Listing System and have current representation and certification on file with ORCA or provided with response to this solicitaiton see FAR 52.212-3. Please contract nathan.bowles@macill.af.mil for a copy of the applicable wage determination. Evaluation Information: Market research and historical data has shown that this requirement can be accomplished with 1 Crew leader, 5 to 7 laborers (2 of which will require availability to operate a vehicle on base), and a truck with a lift gate and access to an additional truck with lift gate. Responses will be gauged against this benchmark, and based upon a 40 hour work week (240-320 cumulative hours) although exact manning and hours will vary during performance. Requirements: FOB: Destination INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-OCT-2006 TO31-DEC-2006 N/A HQ USSOCOM SOCS-EN7701 TAMPA POINT BLVD BLDG 153MACDILL AFB FL 33621-5323FOB: Destination F2VUEN CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration JUL 2006 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2006 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JAN 2005 52.212-1 Instructions to Offerors--Commercial Items JAN 2006 52.212-1 Instructions to Offerors--Commercial Items JAN 2006 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.217-5 Evaluation Of Options JUL 1990 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-41 Service Contract Act Of 1965, As Amended JUL 2005 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.225-1 Buy American Act--Supplies JUN 2003 52.232-28 Invitation to Propose Performance-Based Payments MAR 2000 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.242-15 Stop-Work Order AUG 1989 52.245-4 Government-Furnished Property (Short Form) JUN 2003 52.245-9 Use And Charges AUG 2005 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items JUL 2006 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.246-7000 Material Inspection And Receiving Report MAR 2003 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2006) ALTERNATE I (APR 2002) 52.212-4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2006) (DEVIATION) 52.212-5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.212-6 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002) 52.212-7 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 52.212-8 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 52.212-9 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.212-10 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.212-11 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.212-12 5352.201-9101 Ombudsman. 52.212-13 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) PERFORMANCE WORK STATEMENT 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, labor, tools, equipment, transportation, materials and incidentals necessary to operate the office furnishings management and to maintain government-furnished property in support of Headquarters United States Special Operations Command (HQ USSOCOM) as set forth in this Performance Work \Statement. 1.1. BASIC SERVICES. This contract will provide for the delivery, installation, maintenance, reconfiguration, storage, and transportation of office and workplace systems furniture, office and workplace casegoods furniture, secured storage containers (i.e. safes), office and workplace systems and casegoods furniture leasing, artwork and picture delivery and installation, office appliances, and other Government furnished office and workplace furniture requirements as necessary for mission accomplishment. 1.2. FURNISHING MANAGEMENT. Functional areas of responsibility include financial management, warehouse management, accountability, and furnishings repair. 1.2.1. Request, receive, issue, store, budget, deliver, and pick up all Government owned furnishings authorized for use in government owned/leased facilities. Make partial deliveries based upon availability of assets. Accomplish delivery and/or removal of furnishings in HQ USSOCOM facilities. 1.2.2. Maintain supply and equipment accounts for systems and casegoods office furnishings, office appliances, and other furnishings assets as required. 1.2.3. Perform and document annual inventory of all furniture and appliances. Adjust and reconcile asset balances by submission of proper documentation and provide results to government evaluator. 1.2.4. Advise and/or request new and/or replacement furnishings and initial appliances to HQ USSOCOM as required. Provide annual input identifying quantity and national stock number of furniture and appliances that must be programmed due to age criteria. Identify, manage, and report excess. 1.2.5. Perform maintenance and repair on the furnishings as required. 1.2.6. Advise HQ USSOCOM customers on office furnishing support and customer's responsibilities. 1.3. CONTROL FURNISHINGS INVENTORY. Schedule, deliver, and pick up (includes to and from off-base storage, if required) furnishings to include assembly and disassembly of furniture items. Accomplish deliveries and pickups within the negotiated timeframe upon request by the Quality Assurance Personnel. Ensure assets are protected during transport. 1.3.1. Maintain sufficient furnishings backup stock for office furniture reconfigurations, additions, and expansions. The Government shall provide all necessary backup stock. 1.3.2. Upon request, the contractor may be required to remove or install all furniture in a HQ USSOCOM facility in order to prepare for renovation or furnish a new/renovated HQ USSOCOM facility(s). The contractor shall provide these services as requested by the contracting officer in accordance with the terms and conditions of the contract. 2. SERVICES SUMMARY. Performance Objective PWS Para Performance Threshold Furnishing Management.Customers have sufficient furnishings. Furnishings in customer possession are in good repair, clean, and serviceable. Customers are satisfied with furnishings availability. Customers are adequately informed of furnishings services. 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. 1.3. No more than three customer complaints per month. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. With the exception of leased furnishings, all furnishings, casegoods, and systems furnishing shall be Government owned and supplied. 4. GENERAL INFORMATION. 4.1. QUALITY CONTROL. The contractor shall develop, submit for contracting officer review/acceptance, and maintain a quality control program to ensure furnishings management services are performed in accordance with established commercial standards. 4.2. QUALITY ASSURANCE. The government will periodically evaluate the contractor?s performance in accordance with the Performance Plan. 4.3. HOURS OF OPERATION. Normal hours of operation are 0700-1700 hours local, Monday through Friday. Exceptions to the normal hours of operation will be negotiated by the contracting officer on a case-by-case basis. 4.4. SECURITY REQUIREMENTS. The contractor, at a minimum, shall meet and/or exceed installation pass requirements for access to MacDill AFB, FL. Access to all HQ USSOCOM secured facilities shall not be permitted without a designated HQ USSOCOM Escort. Access to non-secured HQ USSOCOM facilities shall not require a designated HQ USSOCOM Escort. 4.5. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY. Services of the contractor may be delayed/cancelled at the convenience of the Government during periods of National emergency and/or crisis. Such instances shall be on a case-by-case basis and not in the normal performance of the duties of the Contractor. 4.6. PARTNERING AGREEMENT. The contracting officer may require a partnering agreement between the government and the contractor to ensure joint cooperation and a sound partnership of all parties involved in the execution of this contract. Partnering is the creation of a government-contractor relationship that promotes achievement of mutually beneficial goals. It involves an agreement in principle to share the risks involved in completing the project and to establish and promote a nurturing partnership environment. Representatives from each organization are encouraged to participate in developing the partnering agreement. Suggested representation is the civil engineer manager, the government Quality Assurance Personnel, the government contract administrator, the contractor?s manager and the contractor?s quality control person. This group is responsible for developing a formal partnering agreement that should be signed by all parties involved. The agreement should contain as a minimum: specific goals to be reached and a list of objectives to reach the goals, a set of metrics to evaluate the objectives, a frequency for meetings to review the metrics, and a statement of cooperation to execute the terms of the agreement. 5. APPENDICES. A. Estimated Workload Data B. List of Leased furnishings APPENDIX A ESTIMATED WORKLOAD DATA Item Name Estimated Quantity 1 Estimated number of customers ____25___ Monthly 2 Estimated number of repairs ___ 20___ Monthly 3 Estimated new workstation/casegoods installations ____30___ Monthly 4 Estimated number of deliveries ____45___ Monthly 5 Estimated number of pick-ups ____40___ Monthly 6 Number of customers ___2,500__ Total # of customers APPENDIX B LIST OF LEASED FURNISHINGS (By location) Item Description Quantity 1 HMA02R Workstations (Bldg 3006A) QTY74 2 HMA02-06 Workstations QTY4 3 HMA02R Workstation (Bldg 6) QTY1 4 HMA02-06 Workstations (Bldg 6) QTY3 5 Chairs QTY90 6 Conference table QTY1 7 HMA02R Workstations (Bldg 3006) QTY128 8 HMA02-06 Workstations (Bldg 3006) QTY4 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil DEADLINE: Quotes are due by 25 September 2006 at 1200hours to SrA Nathan J. Bowles by email: nathan.bowles@macdill.af.mil or fascimile 813-828-5111 AMENDMENT1: RESPONSES TO PROPOSED QUESTIONS: Q: What brands of furniture are existing? A: HQ USSOCOM has a Command Standard of furniture consisting of Haworth and Kimball. Haworth is the Command Standard for normal systems furniture configurations (i.e. cubicals and standard workstations). Kimball is the Command Standard for executive level of furniture for private offices and casegoods. Kimball systems furniture (i.e. cubicals and workstations) is also utilized for executive support areas (i.e. Flag officer administrative areas). Additionally, Krug and InView are utilized in a few areas to support I.T. and Audio/Visual intensive areas (i.e. Command and Control functions, video conferencing, I.T. collaboration, etc.). Q: Will other manufactures be considered for expansion or replacement? A: Not likely. Prior to 1998 HQ USSOCOM stocked over 10 different brands of systems and casegoods furniture, making benchstock and spare parts storage problematic and difficult to maintain. The Command Standard of utilizing Haworth and Kimball will ultimately replace all furniture throughout the Command, simplifying office reconfigurations, spare parts, storage, and repair of office furniture. Simply stated, all non-Haworth and Kimball brands of furniture are being phased out and disposed of. Q: Will other set aside preferences be considered, etc. 8(a), Hub Zone, SDVOB. A: The set aside was established in the initial combo synopsis/solicitation as a result of a survey of expected market conditions. Q: Will office space be provided for contractor on MacDill AFB? A: No. There is a unconditioned warehouse provided for the storage of existing furniture. Q: Will contractor be responsible for providing reconfiguration design and drawings? A: Yes, the contractor shall be responsible for providing rudimentary drawings of sufficient detail so that furniture supply vendors can develop a detailed bill of material (BOM), office and workspace/cubical prototypicals, and office layouts. Q: Will warehouse storage for backup stock and other government furnishing be provided on MacDill AFB? A: Yes, warehouse storage will be provided. Benchstock for furniture is available and will be provided. Q: Is there and existing inventory of all furnishing (Government owned / Leased) and equipment? A: Yes, a detailed inventory of Government owned and leased furniture and equipment can be provided upon request. Q: Will MacDill AFB be responsible for all terms and conditions of the lease agreements? A: Yes, HQ USSOCOM is the responsible entity on MacDill AFB for terms and conditions of lease agreements which deal directly with HQ USSOCOM. HQ USSOCOM is not the responsible entity on MacDill AFB for any other lease agreements which are not privy to HQ USSOCOM (i.e. 6 AMW, HQ USCENTCOM, HQ USSOCCENT, JCSE, etc.). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/6CS/Reference-Number-F2VUEN6226A100/listing.html)
 
Place of Performance
Address: HQ USSOCOM SOCS-EN7701 TAMPA POINT BLVD BLDG 153 MACDILL AFB FL 33621-5323
Zip Code: 33621-5323
Country: UNITED STATES
 
Record
SN01150318-F 20060922/060920224748 (fbodaily.com)
 
Source
FedBizOpps 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.