Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

S -- Workstation Reconfiguration

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ0423-07-T-0005
 
Response Due
2/26/2007
 
Archive Date
3/13/2007
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit an offer/quote which shall be considered. The solicitation number is HQ0423-07-T-0005. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2001-26, Effective 20 Dec 04. This requirement is UNRESTRICTED. The NAICS code is 484210 and the small business size standard is $23.5 million. The contract line item number(s) are as follows: CLIN ITEM 0001 Inventory, reassembling and arranging 99 workstations based on the Statement of Work. 0002 Key-alike based on Statement of Work. Description of requirement for the services to be acquired: STATEMENT OF WORK 3.1. SCOPE OF WORK: 3.1.1 The contractor shall provide all labor, materials, equipment and supervision necessary to inventory, reassemble, and arrange 99 workstations per the Government's specifications. The furniture manufacturer is Herman Miller. The contractor needs to be familiar with furnishings and installation, and have the ability to obtain parts and pieces that may need to be purchased in order to make the furniture fit at its new location in Building 10, Section 10. 3.2. FURNITURE INSTALLATION: 3.2.1 The contractor shall develop, as necessary, an inventory of panels and connectors. In addition to the panel inventory, the contractor shall identify any inoperative wiring or other parts and pieces to the Contracting Officer in writing so acquisition of these components by the contractor or the Government can be accomplished. 3.2.2 The work shall be performed during normal business hours of Monday through Friday; 7:30 AM to 4:00 PM unless directed to be performed after duty hours. Loading dock access will be provided as necessary. 3.2.3 The Government will provide copies of all available building drawings of the area to be refit with furniture. These drawings will be best available drawings of the space, including potential locations of electrical hook-ups. The contractor will verify field measurements. The contractor shall use the floor plans provided by the Government to place the work stations. 3.2.4 Should interim storage be required, the contractor shall adequately protect all fabric-covered items. All warehoused items will be separated by cardboard but not necessarily individually cartooned. All warehoused items will be separated by type and finish. The contractor shall provide an inventory list of the items to be stored. 3.2.5 To the maximum extent possible, the panel configurations and clusters will not be changed because of connectors and electrical components. An inventory of panels and connectors will be taken by the contractor in each cluster to ensure they are reinstalled correctly. 3.2.6 The locks and keys to each work station will be numbered the same so there one key will open all drawers and cabinets to a single work station. 3.2.7 The project will be considered complete when the furniture is completely reassembled, the internal electrical system has been connected, all debris created by the contractor is removed and final inspection of the required work is complete. Final connection to building source is the responsibility of the Government; however, testing of the internal wiring system is the contractor's responsibility. 3.3. SECURITY INFORMATION: Contractor employees are required to enter through the DSCC Broad Street Gate and sign in at the security office's post for access to the DFAS-CO Center during performance of any order issued. If access inside of the DFAS-CO building is also required for performance, it is also the contractor's responsibility to obtain a visitor's badge in the building's main lobby. To accommodate the above, the contractor shall provide the Contracting Officer's Representative (COR), with the name of contractor personnel requiring access and their expected date/time of arrival at the earliest practical moment. The COR will initiate actions in accordance with current DFAS-CO procedures concerning visitors to accommodate contractor employees. 3.4. INVOICING: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (ref. clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 3.5. LOCATION: DFAS Columbus Center 3990 East Broad Street, Bldg 10 Columbus, Ohio 43213 3.6 PERIOD OF PERFORMANCE: From date of award with project completed by March 30, 2007. END OF STATEMENT OF WORK The anticipated period of performance is from date of award until completion (NLT March 30, 2007). Place of performance is Columbus, OH. FOB destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. FAR 52.212-2 Evaluation Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Addenda to FAR 52.212-2 Evaluation, Commercial Items, is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Prices. Price will be evaluated using price analysis techniques. A single award will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. In making the best value determination, the Government will make a comparative assessment of the offerors. All quotes will be evaluated to determine that the offered price(s) reflect a technical understanding of the requirement and those considered unrealistic may be rejected. Past Performance. Please submit information on your experience and/or past performance performing similar tasks. The offeror may provide past performance information, as follows, for consideration: a. A list of contracts, commercial or Government, performed within the past two years, limited to three (3) Government and three (3) commercial contracts for the same or similar service. The offeror shall provide or include a point of contact (POC) address, telephone number, an average dollar amount of the contract per annum, the period of performance and a sample listing of the services provided for under the commercial contracts. For any Government contracts, provide the Government agency, a (POC), telephone number, appropriate contract number, estimated dollar value of the contract, period of performance and a sample listing of the items provided. The Government reserves the right to limit the number of references it decides to contact. b. A listing of any problems or discrepancies experienced within the past year for the contracts or customers reported in reference to paragraph "a" above. Include a brief description of how these problems were addressed and remedied. Offerors are to complete paragraph (j) of this provision, 52.212-3, Offeror Representations and Certifications-Commercial Items, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DOC9. Offers are due by 1:00 PM EST on February 26, 2007. Facsimile and email quotes are acceptable and preferred. Offers may be submitted by email, facsimile or mail and forwarded to: Point of Contact: Esther Hayden DFAS Contract Services Directorate 3990 E. Broad Street Bldg 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1971 Fax Number: 614-693-5674 Email address: Esther.Hayden@dfas.mil Furnished quotes to this POC on or before the closing time listed in this RFQ. For copies of the prints contact above referenced POC, Esther Hayden. In order to schedule an on-site visit contact: Angie Stephens, 614-693-5430 or Pat Hagg, 614-693-6019.
 
Place of Performance
Address: 3990 E. Broad Street, Bldg 10, Columbus, OH
Zip Code: 43213
Country: UNITED STATES
 
Record
SN01230839-W 20070214/070212223902 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.