Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
MODIFICATION

V -- Notification in scheduled time change for the Site Visit on August 9th

Notice Date
8/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-11-T-0089
 
Response Due
8/17/2011
 
Archive Date
10/16/2011
 
Point of Contact
Larry Graham, 785-239-5226
 
E-Mail Address
MICC - Fort Riley
(larry.graham@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: W911RX-11-T-0089 Posted Date: 29JULY2011 Original Response Date: August 16, 2011 10:00 a.m. Central Daylight Time NAICS Classification Code: 484210 Set Aside: Total Small Business Contracting Office Address MICC-Fort Riley, ATTN: Larry Graham 1792 12th Street, Fort Riley, Kansas 66442 Description This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Fort Riley requires a contract for the Furniture Relocation Services within the defined areas of the Fort Riley as outlined within the Extended Descriptions and the Technical Exhibits attached to this Combined Synopsis/Solicitation. Attachment C is the Performance Work Statement which outlines the direct responsibilities of the awarded vendor, Attachment B is the Performance Requirements Summary, Attachment A is the Delivery Order Worksheet, Attachment D is the applicable DOL Wage Determination. Attachments A, B, C, and D will be incorporated into the awarded contract. Attachment E is a Vendor Response Form that will be used to submit quotes to the Contracting Office on. Technical Exhibits are provided as visual map for reference to Fort Riley. Period of Performance for the base year will be 1OCT11 through 30SEP12. Each Option Year will follow respectively. Vendors will provide quotes on a price per pound costs where weight of items as identified in the Delivery Order Worksheet for four different types of relocation services required. Total place of performance of this contract will be within the boundaries of Fort Riley, Kansas. All pricing will be FOB Destination. This requirement is set-aside 100% for small business. The applicable NAICS code is 484210 with a size standard of $25.5 Million. Inspection and acceptance shall be at destination. Payment will be made via EFT through Wide Area Work Flow (WAWF). Award shall be made to the best value; price proposal, technical, and past performance. Organized Site Visit An organized Site Visit will be scheduled for August 9th, 2011. Site Visit will begin at 1330 Hours (1:30pm local) Interested vendors are asked to complete and return the Site Visit Registration Form. Interested vendors are required to be signed in at Bldg 1792 12th St., Fort Riley, Kansas prior to the start of the site visit. Tentative Itinerary is as follows and will be finalized prior to the site visit: 1300-1330 Sign In 1330-1400 Solicitation Briefing 1400-1415 Travel to Barracks 1415-1530 Tour Barracks 1530-1545 Travel to Storage Facility 1545-1630 Tour Storage Facility Requests For Information (RFI) RFIs will not be accepted after 1500 (3pm) August 10th, 2011 local. Please submit all RFIs electronically (email) to larry.graham@us.army.mil. This will allow sufficient time to answer RFIs in a timely manner. An amendment to this solicitation will provide a listing of all questions and the answers provided after the closing of the RFI period. Extended CLIN Description There are six contract lines; each line item must be individually priced as not all items might be ordered. CLINS 0001, 1001, and 2001 are the Delivery Order CLINS. Vendors will place a price per pound within the extended description for the four different scenarios that Delivery Orders will be wrote for. The price per pound will be entered into the Delivery Order Worksheet and when items are inventoried for relocation the quantities will be entered into the Worksheet which will automatically calculate the total costs for each Delivery Order. The four different types of relocation are outlined within the PWS in Para C.5. There is a guaranteed minimum of $15,000 per year in Delivery Orders that will be executed. CLINS 0002, 1002, 2002 are Contractor Manpower Reporting CLINS and will be priced separately as the CMR reporting is a once a year requirement required by the Department of the Army. Refer to PWS Paragraph C.1.7 for information. Central Contractor Registration (CCR) and Online Certification and Representations Application (ORCA) Central Contractor Registration requirements: Prior to submitting a quote, interested vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting a quote, the vendor acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective vendors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a federal initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR) and previously found in Section 00 45 00 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. Clauses and Provisions The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 19 Jul 2004. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: 52.212-1, 52.212-3, 52.212-4, 52.212-5 (52.219-8, 52.219-6, 52.219-14), 52.222-3, 52.222-19, 52.222-21, 52.222-26 (52.222-35, 52.222-36, 52.222-37), 52.225-13 (52.222-41, 52.222-42), 52.252-2, 52.000-4014, 52.232-18, 52.232-19, 52.217-5, 52.217-8, 52.217-9, and 52.216-4. From the Department of Defense FAR Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: 252.203-7000, 252.204-7004 Alternate 1, 252.211-7003 Alternate 1, 252.212-7001 (252.203-3, 252.225-7012), 252.232-7003 (252.243-7002), 252.247-7023, 252.232-7003, 252.246-7000, and 252.232-7007. Full text of these clauses may be found at http://farsite.hill.af.mil A form for submitting your quote may be found at http://www.riley.army.mil/Services/Fort/Contracting.asp. Your quote shall be submitted electronically to larry.graham@us.army.mil or by facsimile to (785) 239-5740 Attn: Larry Graham, no later than 10:00 AM CST on 16 AUGUST 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3955f911c0fdf765d5e3baa913ae4e6)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02521596-W 20110806/110804234806-f3955f911c0fdf765d5e3baa913ae4e6 (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.