Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

V -- RELOCATION SERVICE

Notice Date
5/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488991 — Packing and Crating
 
Contracting Office
United States Coast Guard (USCG) - U.S. Coast Guard Academy
 
ZIP Code
00000
 
Solicitation Number
21-08-398QFS092
 
Response Due
5/16/2008
 
Point of Contact
Shawn R Millang, Phone: (860) 444-8247
 
E-Mail Address
Shawn.R.Millang@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. The combined Synopsis/Request for Quotation (RFQ) number is 21-08-398QFS092 using Simplified Acquisition Procedures under FAR Part 13. The associated North American Industrial Code System (NAICS) code is 488991 Quotes given shall include all related shipping and handling charges conducive in shipping to U.S. Coast Guard Academy, 15 Mohegan Avenue, New London, CT 06320. ITEM 001: Relocation of existing barracks furniture onboard U.S. Coast Guard Academy, Chase Hall, including disassembly, reassembly and relocation as prescribed by attached Statement of Work. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors Commercial item (Jan 2005). Only one (1) award will be made as a result of this combined synopsis/solicitation. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2005), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003), is incorporated into this RFQ and is an addendum to add the following clause: FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (April 2005) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644),52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (June 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553), 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), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); The following FAR clause also applies to this combined synopsis/solicitation: 52.252-6 Authorized Deviations in Clauses (Apr 1984). Offers are due no later than 1:00 PM (Eastern Standard Time) on 16 May 2008. Reference the solicitation number when submitting your quote. Quotations must be submitted electronically to: Shawn.R.Millang@uscg.mil or faxed to ATTN: Shawn Millang @ (860) 444-8316. STATEMENT OF WORK Chase Hall Furniture Move/Installation 1. Background: The Coast Guard Academy requires the relocation of 170 rooms of barracks, office, and dayroom furniture within Chase Hall, 15 Mohegan Avenue, New London, CT. Chase Hall is located on the northwest section of the Academy and houses approximately 1000 cadets. The rooms will be available for work to commence on or about 28 May 2008. 2. General: This contract provides for the relocation of existing barracks furniture within Chase Hall, including disassembly and reassembly (as necessary) of the furniture and the proper set up of room configuration as directed by the Government. The property to be installed is the property of the U.S. Government and all services must be performed to the complete satisfaction of the Government. 3. Familiarization with Conditions: It shall be the responsibility of the offeror, prior to the submission of its quote, to inspect the facilities. The offeror shall acquaint itself with the conditions existing at the facility so that it may furnish such equipment and labor necessary to provide for the orderly, timely, and efficient relocation of the property. Failure or neglect of the offeror to familiarize itself with such conditions will not relieve the successful offeror from performing the services specified herein. The offeror shall acquaint itself with all available information regarding difficulties that may be encountered and the conditions, including safety precautions, under which the work must be accomplished under this contract. The offeror will not be relieved from assuming all responsibility for properly estimating the difficulties and the cost of performing the services required herein because of its failure to investigate the conditions or to become acquainted with all information concerning the services to be performed. The actual room locations within Chase Hall will be available during the site visit. Chase Hall is equipped with elevators that may or may not accommodate all of the furniture items to be moved. If operating, the contractor may use these elevators. 4. Work Hours: All work will take place Monday through Friday between the hours of 8:00 A.M. and 4:00 P.M. 5. Description of Furniture: Furniture to be relocated within Chase Hall consists of approximately 180 loft units, 120 single beds with built in chest of drawers, 150 desks, 190 stand alone chests of drawers, 180 desk pedestals, 320 night stands, and 100 lockers. The loft style units will require disassembly and reassembly and must be done in accordance with the manufacturer’s instructions to insure the safety of the units. Assembly diagrams are provided as enclosure (1) to the Statement of Work. 6. Contact with Cadets: Contact with cadets shall be kept to the minimum necessary to safely execute the contract. Any improper actions by contractor personnel will result in the immediate removal of that person or persons from the Academy. 7. Protection against Damage: All property must be protected against damage during disassembly, reassembly, and movement operations. Temporary surface protection must be provided so the equipment used by the contractor does not mar floors or scuff walls. All material handling vehicles used in the interior of the buildings shall have rubber-tired wheels. The contractor shall at all times protect and preserve from loss, damage and harm all government property. 8. Identification: Contractor personnel will be required to wear individual company identification badges. 9. Smoking: Contractor personnel shall not smoke inside any Coast Guard Academy building. Smoking outside is permitted in designated locations only. 10. Period of Performance: Contractor shall commence work on approximately 28 May 2008 and complete the work no later than 13 June 2008. 11. Selection Criteria: This contract will be awarded at “Best Value”, with the following selection criteria in order of importance: 1) Past Performance 2) Cost 12. Proposals: Contractors are asked to include in following information in their proposals: 1) Summary of performance with federal agencies in the past 24 months, include contract/purchase order number and agencies phone number. 2) Lump sum pricing for entire project, with detailed pricing for individual furniture types. 3) Point of contact to answer any questions associated with provided proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aa8150c40b0d77ae3fdd345a8230cf78&tab=core&_cview=1)
 
Place of Performance
Address: U.S. COAST GUARD ACADEMY, 15 MOHEGAN AVENUE, NEW LONDON, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN01568614-W 20080509/080507220459-aa8150c40b0d77ae3fdd345a8230cf78 (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.