Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
MODIFICATION

V -- DFAN office move

Notice Date
5/25/2007
 
Notice Type
Modification
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-07-T-0167
 
Response Due
6/6/2007
 
Archive Date
6/21/2007
 
Point of Contact
Michael Fredericks, Contract Specialist, Phone 719-333-2849, Fax 719-333-9103,
 
E-Mail Address
michael.fredericks@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is an update to the Walk-through / Site Visit scheduled for 31 May 07. All interested Vendors will meet at the USAFA South Gate Entrance "Pass and ID" building at 09:45am. You can park your private vehicles right behind the Pass and ID building. A USAFA Bus will pick you up at 10:00am to take you to the Cadet Area for the walk-through and will bring you back to the South Gate Entrance upon completion (approximately 2hrs will be required of your time). Michael Fredericks (719-333-2849 will meet you at the Pass and ID parking lot). For all technical questions regarding this move, please contact Barb Scaduto at 719-333-6301 or her alternate Mr Neil Nelepa (719-333-3788). This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS IS A 100% SMALL BUSINESS SET ? ASIDE. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-07-T-0167, in accordance with FAR Parts 12 & 13. STATEMENT OF WORK SUMMARY: Commercial Moving Services and Furniture Assembly and Disassembly 1. Services, non-personal: Contractor to provide all labor, tools, materials, equipment, transportation, etc. necessary to provide commercial office moving services and commercial furniture assembly and disassembly from building to building and from one area to another within the same building. 2. All items will have a sticker with destination clearly marked on them. ? Furniture, boxes and miscellaneous items moving to the new areas will be marked with destination office numbers. ? Furniture to be disposed of will be marked with a ?DISCARD? sticker and will be moved to the 2L west hallway in bldg 2354 just outside the freight elevator for DRMO pick up. Items will be stacked neatly along the windows leaving at least a four foot walkway in the hall. ? All items marked for ?STORAGE? will be taken to room 2D11 in bldg 2354. ? Furniture being left in the area will have no sticker applied. 3. Items to be moved consist of: refrigerators, desks, tables, sofas, chairs, bookcases and other miscellaneous office furnishings including approximately 10 pre-packed boxes per office of books and non-classified materials. 4. Large items will have to be carried up / down six flights of stairs if they will not fit in the freight elevator. 5. Contractor shall have past work experience with the disassembly and assembly of existing furniture in order to prevent interference with instructor?s mission accomplishment and avoid delays in moving the departments back to their office areas. 6. Contractor shall be familiar with all buildings and areas involved prior to work commencement and must attend a walkthrough before bidding on the project. 7. Work is to be accomplished between 18 June - July, 2007 after graduation (exact days TBD) between the hours of 0730 and 1630 or as agreed upon with the Facility Manager, Ms Barb Scaduto. 8. POC for project shall be the Facility Manager Barb Scaduto 719-333-6301. CLIN 0001 DFAN ? From bldg 2413 to bldg 2354 6H area 1. The contractor shall be responsible to disassemble and move the assigned office furniture from approximately 22 offices/cubicles, one conference room and one break room in bldg 2413. 2. The contractor will disassemble all cubicle partitions and associated hardware and transport them to building 2354 to room 2D11 and stack them neatly against the back wall. 3. Furniture and items to be discarded will be loaded on a truck and moved to the 2L west hallway in bldg 2354. 4. Conference room furniture, wall displays from the main hall and miscellaneous office items are presently being kept on base in a storage trailer at building 8120 and will need to be transported back to Fairchild Hall to be unloaded and moved to the new DFAN area on the 6th floor and stored or discarded on the 2nd floor. 5. Building will be completely emptied of all items. CLIN 0002 DEAN & DFS ? From 5A area to 6F area in Bldg 2354 1. The contractor shall be responsible to disassemble and move the assigned office furniture in approximately 6 executive offices, 16 offices/cubicles, one conference room and one break room from the 5A area to the 6F area of bldg 2354. Some items will be discarded to the 2L west hallway. 2. There is no freight elevator in this end of the building and large items that will not fit in the passenger elevators will have to be carried down/up the stairs. Care must be taken not to damage the circular staircase in the library if it is used to move furniture down. CLIN 0003 DFSC ? From 2B to 6G west area in Bldg 2354 1. The contractor shall be responsible to disassemble and move the assigned office furniture in 2 offices and one supply room. Items will also include 6 full filing cabinets. Some items will be discarded to the 2L west hallway. CLIN 0004 DFL ? From 1J east area to 6H west area in Bldg 2354 1. The contractor shall be responsible to move approximately 40 shelves (36 inches wide) of books: 21 from various first-floor office locations and 19 from the basement (which involves one flight of stairs) from the 1J east area to the 6H west area. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 484210 and the business size standard $23.5 million. The proposed acquisition is reserved for 100% small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. The FOB for this RFQ is Destination. Period of Performance is estimated between 1 June 07 and 31 July 07. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. In your email or fax quote, please provide quote price; period of performance; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4, 52.247-34 FOB Destination (Nov 1991). FAR clause 52.212-5 (DEV) (Nov 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation) applies to this acquisition. Additional FAR clauses applicable to this acquisition are: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-33, and 52.252-2. DFARS 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, June 6, 2007, by e-mail at michael.fredericks@usafa.af.mil or mail to: Michael Fredericks, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAY-2007); 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/DRU/10ABWLGC/FA7000-07-T-0167/listing.html)
 
Place of Performance
Address: USAFA Colorado Springs, CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01303967-F 20070527/070525224516 (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.