Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

V -- Transfer and Storage

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA4626-TRANS-STOR
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
Description
(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 TRANS-STOR. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. (iv) This procurement is being issued as a 100% small business set-aside.. The North American Industry Classification System (NAICS) code is 484210 with a small business size standard of (not to exceed) $23.5M. (v) Contractor shall provide a price list for the following CLINs. The price shall include all costs associated with each task per BPA call. CLIN 0001. Complete Service ? (Outbound HHG; Non-Temporary Storage) Pack and crate for domestic shipment CLIN 0002. Pack HHGs (household goods) for overseas shipment in accordance with ASTM-D4169-01 or SDDC Pamphlet 55-12. CLIN 0003. Complete Service-Outbound (HHG-Overflow Articles and HHG Shipments requiring other than ASTM-D4169-01 or SDDC Pamphlet 55-12). Service must be the same as Item 1. CLIN 0004. Complete Service ? Outbound (Unaccompanied Baggage/UB Non-Temporary Storage) Pack and Crate unaccompanied baggage for domestic and overseas shipment CLIN 0005. Re-mark and re-ship for outbound and inbound shipments CLIN 0006. Storage of outbound and inbound crated packed and crated shipments. (Charges shall not begin earlier than 6th workday following date of notification to JPPSO-COS of arrival of shipment) Storage charges apply for each 30-day period or fraction thereof. CLIN 0007. Construct Type II boxes: (in accordance with SDDC Pamphlet 55-12 or ASTM-D4169-01) CLIN 0008. Complete Service ? Inbound HHG and UB shipments: Delivery and unpacking of inbound packed and crated shipments: CLIN 0009. Drayage beyond the Contract Area of Performance (Round Trip mileage, as shown on Official Montana Highway Map shall from contractor?s post office, to specified pick-up and delivery points, and return to Origin via normal and reasonable routes.) CLIN 0010. Attempted Pick-up/Delivery for HHG/UB shipments: (When the initial attempt to pickup or delivery a shipment at the member?s/employee residence is unsuccessful, charges apply provided the Contractor notified JPPSO-COS via telephone and provided that after contractor?s notification. JPPSO-COS (a) cannot locate member within 30 minutes (b) cannot have the member at the residence within one hour after notification, and (c) the contractor left a notice of attempted pickup/delivery at the residence. CLIN 0011. Reweigh of HHG/UB shipments: (Service must consist of weighing the loaded containers prior to delivery and weighing the empty container after delivery) (vi) The purpose of this combined synopsis and solicitation is for the purchase of non-personal services for Transfer and Storage for Malmstrom Air Force Base. A detailed Statement of Work is available upon request. DESCRIPTION OF SERVICES The contractor will furnish all personnel, equipment, facilities, supplies, services and materials, except as specified in Statement of Work (SOW) as Government-furnished, for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services. Work to be performed will be those services in the Schedules awarded to the contractor as outlined in individual Contract Line Item Numbers (CLIN). The requirements of this SOW apply to DPM shipments only. Tasks by type of move are reflected in the chart showing which tasks normally apply to each type of move. If specific instruction or requirements are not provided, commercial standards of services and best business practices are acceptable. (vii) Services requested to start approximately 16 April 2007 ? 15 April 2012. The services will cover but not limited to the following counties in Montana: Beaverhead, Gallatin, Madison and Park. (viii) The following provision FAR 52.212-1 Instruction to Offerors ? Commercial Items (Jan 2006) applies to this solicitation. (ix) Provide Price List for items listed in Paragraph V. Price Lists will be evaluated on price, and ability to meet specifications. (x) Include a complete copy of Reps and Certs. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006), with Price List. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates 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 (j) of this provision. (xi) FAR 52.212-4 Contract Terms and Conditions-Commerical Items (Feb 2007) applies to the acquisition. (xii) The following clauses apply to this solicitation and are included in full text: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS (APR 2006) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 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). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (xiii) 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 multiple award or an all or none basis. The following clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration (Oct 2003) FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.222-4 Contract Work Hours & Safety Standards Act ? Overtime Compensations(Jul 2005) FAR 52.222-41 Service Contract Act 1965, as amended (Jul 2005) FAR 52.247-21 Contractor Liability for Personal Injury and/or Property Damage (Apr 1984) FAR 52.247-22 Contractor Liability for Loss of and/or Damage to Frieght Other Than Household Goods (Apr 1984) FAR 52.247-23 Contractor Liability for Loss of and/or Damage to Household Goods ( Jan 1991) FAR 52.232-4 Payments Under Transportation Contracts and Transportation-Related Service Contracts (Apr 1984) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFAR 252.204-7004 Alternate A (Nov 2003) to Central Contractor Registration (52.204-7) DFAR 252.247-7016 Contractor Liability for Loss or Damage (Dec 1991) DFAR 252.247-7017 Erroneours Shipments (Dec 1991) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) 5352.201-9101 Ombudsman This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acq.osd.mil/dpap/dars/dfars/index.htm http://www.arnet.gov/far/ http://farsite.hill.af.mil/ (xiv) Defense Priorities and Allocations System not applicable. (xv) Numbered Notes 1 applies to this solicitation. The proposed contract is 100% set aside for small business concerns. (xvi) Price Lists are required to be received no later than 4:30 PM MST, 6 April 2007. All Price Lists must be faxed to (406) 731-4005 to the attention of Kim Cooper or emailed to kim.cooper@malmstrom.af.mil. Please follow up with a phone call to ensure the fax is received. (xvii) Direct any questions to Kim Cooper at (406) 731-4677, e-mail address kim.cooper@malmstrom.af.mil; or TSgt Timothy Angermeier at (406) 731-4554, e-mail address timothy.angermeier@malmstrom.af.mil
 
Place of Performance
Address: MALMSTROM AIR FORCE BASE, GREAT FALLS, MONTANA
Zip Code: 59402-6863
Country: UNITED STATES
 
Record
SN01261081-W 20070330/070328220914 (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.