Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

R -- Office Relocation and Move Management Services

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Veterans Affairs;VA Denver Acquisition & Logistics Center;(791/905C);155 Van Gordon St;Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA-791-07-RP-0065
 
Response Due
9/11/2007
 
Archive Date
11/10/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS IS A PRE-SOLICITATION ANNOUNCEMENT. REQUEST FOR PROPOSALS WILL BE ISSUED AT A LATER DATE. SOLICITATION WILL BE ADVERTISED SET-ASIDE FOR SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESS ENTITIES PURSUANT TO PUBLIC LAW 109-461 AND 38 U.S.C. 8127 AND 8128. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 561110. The Department of Veterans Affairs (DVA) is contemplating the award of an Indefinite Delivery, Requirements type contract to an offeror able to provide a full range of management services necessary to satisfy DVA Facility Move Services requirements and provide all resources necessary to accomplish the deliverables described in the Performance Work Statement (PWS). DVA is seeking services to the maximum extent practicable that industry normally accords to commercial customers. This includes pre-move planning, scheduling, coordinating, on-site project management, process planning, inventory control, providing packaging material, and services for packing, crating, pick up, loading, assembling, disassembling, moving, storing, unloading, uncrating, delivering, set-up and/or installation or removal of modular systems, cabinets, computers, shelving, laboratory equipment, other equipment and machinery, and debris removal and routine cleanup and maintenance of the project work areas of an office and hospital relocation. In addition, the contractor will be capable of providing online electronic services to manage service requests from government activities having multiple organizational levels and geographic locations nationwide and/or worldwide as specified. Services will be performed at any location, building, facility, or site within the DVA organizational footprint. Contractor must have appropriate operating credentials that may occur in the Continental United States (CONUS), and designated US States, territories, and overseas areas Outside of the Continental United States (OCONUS). The contractor must be capable of handling multiple task orders of varying complexity simultaneously. Although this contract will be awarded to initially facilitate DVA locations throughout the CONUS and OCONUS areas, it may be expanded at any time during the life of the contract to include other Federal and Department of Defense activities outside of the DVA. The estimated annual value of this contract will be $30 million. Contract is intended to be active for one base contract year, plus four potential option periods of one year each. This requirement is being procured through the Denver Acquisition and Logistics Center, Lakewood, CO. Solicitation documents are anticipated to be available for download on or around August 9, 2007. Contracting Officer for this anticipated contract is Ray Blomquist. Questions specific to this solicitation may be answered by sending an email request to ray.blomquist@va.gov. Alternate points of contact: Joy Bartlett (joy.bartlett@va.gov). There is no cost for this solicitation. All responsible sources may submit an offer provided they are qualified as a Service-Disabled, Veteran-Owned Small Business (SDVOSB). Please refer to the website found at www.vetbiz.gov to register as a SDVOSB. Telephone and fax requests are discouraged. Award will be based on a Best Value basis. All potential offerors must be registered on Central Contractor Registration (CCR) prior to award. This office is not responsible for providing you with notifications of any changes to this announcement or solicitation. The solicitation will be available only as a direct download and not be issued on CD-ROM. It is the offerors responsibility to check this web site for issuance of the solicitation and for any posted changes or amendments to this solicitation. The plans, specifications, and all notifications of changes to this solicitation will only be made available through FedBizOpps (FBO). Plans and specifications will not be provided in a printed-paper format. NOTE: This solicitation will be in .pdf format and requires Adobe Acrobat Reader which may be downloaded free of charge at http://www.adobe.com/products/acrobat/readstep2.html.
 
Record
SN01339300-W 20070713/070711220947 (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.