Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

V -- Office Relocation (Move) Services for 1st Space Brigade, 53rd Signal Battalion, and 1st Space Battalion

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-11-T-0006
 
Response Due
3/8/2011
 
Archive Date
5/7/2011
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
U.S. Army Strategic Command
(george.knowlton@smdc-cs.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-11-T-0006 and is a 100% small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. NAICS number is 484210. Business size standard is $25.5 million. DESCRIPTION: The Contractor shall provide office move services for U.S. Army SMDC/ARSTRAT, 1st Space Brigade, 1st Space Battalion, and 53rd Signal Battalion, 350 Vandenberg Street Bldg 3, Peterson AFB, CO 80914; as listed and described in Contract Line Item Number (CLIN) 0001 through SUBCLIN 0001AG below. Offerors shall structure their quote or proposal to include a price for all items as listed and described in/for CLIN 0001 through SUBCLIN 0001AG below. CLIN 0001 - OFFICE RELOCATION (MOVE) SERVICES - Services, Non-Personal: The contractor shall provide all labor, tools, materials, transportation, equipment, supervision, and management necessary to provide office relocation (moving) services for U.S. Army SMDC/ARSTRAT, 1st Space Brigade, 53rd Signal Battalion, and 1st Space Battalion (including the respective units under those organizations) from Building 3 (350 Vandenberg Street), Peterson AFB, CO to Building 1555 N. Newport Road, Colorado Springs, CO in accordance with the attached Performance Work Statement (PWS). SUBCLIN 0001AA - PHASE 1, ADVON PERSONNEL OFFICE AREAS: Contractor will relocate office items of approximately 50 ADVON personnel, in separate work areas, from Bldg 3 (350 Vandenberg Street) Peterson AFB to specific room locations at 1555 N. Newport Road facility in accordance with the attached PWS. SUBCLIN 0001AB - PHASE 2, 1st Space BDE HHC, 1st Space BN HHC, and 1st Space Company Staff Office Areas: Contractor will relocate office items of approximately 40 1st Space BDE HHC, 1st Space BN HHC, and 1st Space Company personnel, in separate work areas, from Bldg 3 (350 Vandenberg Street) Peterson AFB to specific room locations at 1555 N. Newport Road facility in accordance with the attached PWS. SUBCLIN 0001AC - PHASE 3, 1st Space BDE S1 and S6 (part 1), 4th Space Company, and 53rd Signal BN (part 1) Staff Office Areas: Contractor will relocate office items of approximately 40 1st Space BDE S1 and S6 (part 1), 4th Space Company, and 53rd Signal BN (part 1) personnel, in separate work areas, from Bldg 3 (350 Vandenbergs Street) Peterson AFB to specific room locations at 1555 N. Newport Road facility in accordance with the attached PWS. SUBCLIN 0001AD - PHASE 4, 1st Space BDE S2, S3 (part 1), and S6 (part 2), 2nd Space Company, 3rd Space Company and 53rd Signal BN (part 2) Staff Office Areas: Contractor will relocate office items of approximately 70 1st Space BDE S2, S3 (part 1), and S6 (part 2), 2nd Space Company, 3rd Space Company and 53rd Signal BN (part 2) personnel, in separate work areas, from Bldg 3 (350 Vandenberg Street) Peterson AFB to specific room locations at 1555 N. Newport Road facility in accordance with the attached PWS. SUBCLIN 0001AE - Phase 5, 1st Space BDE S3 (part 2), S3 S/C, and S4 (part 1), and 1st Space BN HQ Staff Office Areas: Contractor will relocate office items of approximately 30 1st Space BDE S3 (part 2), S3 S/C, and S4 (part 1), and 1st Space BN HQ personnel, in separate work areas, from Bldg 3 (350 Vandenberg Street) Peterson AFB to specific room locations at 1555 N. Newport Road facility in accordance with the attached PWS. SUBCLIN 0001AF - Phase 6, 1st Space BDE S4 (part 2) Staff Office Areas: Contractor will relocate office items of approximately 10 1st Space BDE S4 (part 2) personnel, in separate work areas, from Bldg 3 (350 Vandenberg Street) Peterson AFB to specific room locations at 1555 N. Newport Road facility in accordance with the attached PWS. SUBCLIN 0001AG - Phase 7, Command Group Staff Office Areas: Contractor will relocate office items of approximately 10 Command Group personnel, in separate work areas, from Bldg 3 (350 Vandenberg Street) Peterson AFB to specific room locations at 1555 N. Newport Road facility in accordance with the attached PWS. Site Vist: A site visit walkthrough for Building 3 and for 1555 N. North Newport Road facilities is scheduled to be held on Thursday, 03 March 2011, at 9:30 AM (Mountain Time). Offerors who will attend the site vist must submit a written visit request to George Knowlton via email on their respective company letterhead by no later than 4:00 PM (Mountain Time) on Wednesday 02 March 2011. Offerors written visit requests must include the full name of the individual(s) who will attend the site visit, their social security number(s), date of birth, place of birth, whether they are a US citizen or citizen of a foreign country, and drivers license number and state. The meeting location for the site visit is Building 3 entrance area (350 Vandenberg Street), Peterson AFB, CO. Manufacturer's standard commercial warranty is desired. Required move schedule: shall be in accordance with paragraph 4.5 of the attached PWS. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required products or services must respond no later than 4:30 PM, Mountain Time, 08 March 2011. Award is anticipated to be made no later than 11 March 2011. The Government plans on issuing a purchase order for this procurement. Payment of contractor invoice(s) under purchase order contemplated shall be made by DFAS Columbus. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical - acceptability of the products, items or services offered; (2) Move Schedule - ability to meet the required move schedule dates for all seven phases of the move specified in paragraph 4.5 of the attached PWS; and (3) Total Price, for all services described in CLIN 0001 through SUBCLIN 0001AG above - most advantageous price considering all other factors including fuel surcharges (if applicable). Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products, items or services proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offeror's that offer products or services against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN and SUBCLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their quote. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, also applies to this acquisition, along with the following additional FAR clauses: 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Handicapped Workers, 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007), 52.225-1, Buy American Act - Supplies, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.237-1, Site Visit (APR 1984). Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-C (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes are received no later than 4:30 PM (Mountain Time) on 08 March 2011. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.knowlton@smdc-cs.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-11-T-0006/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN02387572-W 20110227/110225234056-1f2c4b7cbefe92f75aa688d0a5939e0f (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.