Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

36 -- Movement of Kardex Lektriever Model #80 Storage Units

Notice Date
5/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1342-09-RQ-LEK
 
Archive Date
6/4/2009
 
Point of Contact
Michael S Scheuchenzuber,, Phone: (703) 605-6116
 
E-Mail Address
mscheuchenzuber@ntis.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for the Movement of Lektrievers This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a formal written solicitation will not be issued. The solicitation number is SB1342-09-RQ-LEK and the solicitation is issued as a Request for Quotation (RFQ). The Government is utilizing FAR Part 13, Simplified Acquisition Procedures, for this acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-28. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a size standard of $7 million. This acquisition is being conducted as a small business set-aside. Only small businesses will be allowed to make a quotation. The U. S. Department of Commerce, National Technical Information Service (NTIS) has a requirement to move 7 Lektriever Microfiche Storage Units (see SOW below). The following FAR provisions apply to this acquisition: 52.212-1, 52.212-2, 52.212-3 and 52.212-4, 52.212-5 including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (4) 52.219-4, Notice of Price Evaluation preference for HUBZone Small Business Concerns; (8) U52.219-8, Utilization of Small Business Concerns; (17) 52.222-3, Convict Labor; (18) 52.222-19, Child Labor - Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (25) 52.222-50, Combating Trafficking in Persons; (27) 52.223-15, (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and (37) 52.232-32, Payment by Electronic Funds Transfer-Central Contractor Registration. U. S. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. The procedures can be downloaded at www.nist.gov/admin/od/contract/agency.htm. QUOTATION SUBMISSION INSTRUCTIONS: The SOW is as follows: If your would like an electronic version of the SOW, send an E-Mail request to the following address: Mscheuchenzuber@ntis.gov. STATEMENT OF WORK: DISMANTELING, MOVING, AND REINSTALLATION OF LEKTRIEVER UNITS 1. BACKGROUND The National Technical Information Service (NTIS) of the U. S. Department of Commerce (DOC) is the official source for Government-sponsored U.S. and worldwide scientific, technical, engineering, and business-related information. NTIS may charge reasonable and justifiable service fees to other Government agencies for services performed (15 U.S.C. §1151-§1157, as amended). Through services to other agencies, NTIS helps recover its operating and modernization costs and remains self-sufficient, as required by law. NTIS will require support services to dismantle, move, and reassemble seven Kardex Lektriever Model # 80 storage units from our current location at 5285 Port Royal Road, Springfield, VA 22161, to our new location at 5301 Shawnee Road, Alexandria, VA 22312. The Contractor shall provide all services required for dismantling, moving, and reassembling the units in operational condition in accordance with the guidance provided under this Statement of Work (SOW). The approximate date for this requirement is July 15, 2009. NTIS will provide the contractor with a more precise date as more move information becomes available. 2. OBJECTIVES 1) The purpose of this task shall be to dismantle and move the storage equipment to the new location, and reassemble the equipment in complete operating order. 2) Individual storage trays shall be removed from each unit, stored in a secured manner, and reinstalled in order back into each unit in a manner that shall ensure proper weight balance and unit operation. 3 REQUIRED TASKS 3.1 The contractor shall be notified of the actual move date approximately 10 business days in advance of 3.2 the start date the services will be required. 3.3 The contractor shall be required to dismantle each of the Kardex Lektriever Model # 80 units to the point that they can be safely moved into the new location. Each of these units is 10 feet in height, containing 18 carrier units with 4" X 6" trays. 3.4 The contractor shall assume the responsibility for any damage done to the units during this process and for any damage done to the facilities during the move. 3.5 The contractor shall perform general preventive maintenance on each unit as it is reassembled at the new location. If it is determined that some worn or broken parts will need to be replaced, the contractor shall provide to NTIS a separate price quote at this time to cover the replacement parts. 3.6 The contractor's proposal shall include a work schedule indicating how the contractor will accomplish the work. The normal NTIS work schedule for contractor work is Monday through Friday, 7:00 AM to 5:00 PM, excluding federal government holidays. The contractor shall indicate in the proposed work schedule any requests to work outside these hours or on weekends. 4 LOCATION INSPECTIONS Potential bidders are encouraged to perform a site inspection visit of the actual equipment location at 5285 Port Royal Road, Springfield, VA 22161. The new facility is located at 5301 Shawnee Road, Alexandria, VA 22312. The distance between the two locations is approximately 4.2 miles. Both locations have direct access to loading docks. The actual room which will house the storage equipment at the new location is under construction and not yet completed. 5. CONTACT INFORMATION Requests to visit and inspect the equipment and location should be directed to the attention of Daniel Ramsey. Mr. Ramsey can be reached at (703) 605-6703 or via e-mail at dramsey@ntis.gov. Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- (1) The solicitation number; (2) The name, address, and telephone number of the Offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any express warranty; (5) FOB Destination-based firm-fixed-price for each produce and service being offered and any discount terms; (6) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the Offeror shall complete electronically); (7) Acknowledgment of Solicitation Amendments; (8) A copy of license agreement(s) for offered software products; (9) Detailed information regarding Section 508 accessibility for each electronic and information technology product offered I the quotation; (10) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to submit required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of quotations. The Offeror agrees to hold the prices in its quotation firm for 30 calendar days from the date specified for receipt of quotations, unless another time period is specified in an addendum to the solicitation. Late submissions, modifications, revisions, and withdrawals of quotations. (1) Offerors are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. (2) Any quotation, modification, revision, or withdrawal of an quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotations; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotations and was under the Government's control prior to the time set for receipt of quotations; or (C) If this solicitation is a request for proposals, it was the only proposal received. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Quotations may be withdrawn by written notice received at any time before the exact time set for receipt of quotations. Oral quotations in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotations, quotations may be withdrawn via facsimile received at any time before the exact time set for receipt of quotations, subject to the conditions specified in the solicitation concerning facsimile quotations. A Quotation may be withdrawn in person by an Offeror or its authorized representative if, before the exact time set for receipt of quotations, the identity of the person requesting withdrawal is established and the person signs a receipt for the quotation. Purchase order award. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors. Therefore, the Offeror's initial quotation should contain the Offeror's best terms from price and technical standpoint. However, the Government reserves the right to conduct discussions if later Determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. Data Universal Numbering System (DUNS) Number and Tax identification Number. The contractor will have to submit their DUNS Number and TIN Number. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR atabase prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (k) Debriefing. If a post-award debriefing is given to requesting Offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed Offeror's quotation. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. The Offeror shall submit its quotation to: National Technical Information Service Attn: Michael Scheuchenzuber 5285 Port Royal Road Room 1219 Springfield, Virginia 22161 The quotation shall include the RFQ number on the outermost packaging. The quotation shall be received by 3:00 p.m. local time on May 20, 2009. FAXED QUOTATIONS WILL BE ACCEPTED AT FAX NUMBER 703-605-6752, with a cover sheet which indicates ATTN: Michael Scheuchenzuber. IN ADDITION, QUOTATIONS MAY ALSO BE SUBMITTED BY E-MAIL TO Mscheuchenzuber@NTIS.GOV. EVALUATION FACTORS FOR AWARD: The Government intends to award a single purchase order to the Offeror whose quotation is deemed to represent the Best Value to the Government, price and other factors considered. Evaluation factors include: A. Extent to which quoted solution meets or exceeds minimum requirements; (A one or two page written outline should be submitted) B. Past performance information for similar contracts/orders completed by the Offeror as a prime contractor within the past three years (in the event of no relevant past performance information, the Offeror will receive a neutral rating for this factor); and C. Experience moving Lektriever Storage Units D. Price Very Important: All offerors must provide evidence that their employees are properly insured for $1 million in case of injury while equipment is being moved. Before making a quotation, a site visit is highly encouraged. Please call Dan Ramsey on (703) 605-6703 or E-Mail dramsey@ntis.gov. to arrange the site visit. All questions regarding this solicitation shall be submitted to Mscheuchenzuber@ntis.gov no later than May 14, 2009. A written amendment will be posted to provide written responses to all questions received by that date. The Government will not guarantee responses to questions received after May 14, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=504c66c3431e6b8156f9ac18b8cc29ad&tab=core&_cview=1)
 
Place of Performance
Address: Move equipment from 5285 Port Royal Road, Springfield, Virginia 22161 to 5301 Shawnee Road, Alexandria, Virginia 22312, Springfield, Virginia, 22161, United States
Zip Code: 22161
 
Record
SN01807961-W 20090506/090504215830-504c66c3431e6b8156f9ac18b8cc29ad (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.