Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

V -- Comprehensive Furniture Management Services - DFARS 252.209-7999 - Attachment 1 - PWS - Attachment 2 - Evaluation Factors - Attachment 3 - Past Performance Questionnaire

Notice Date
2/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUEN4008AM02
 
Archive Date
3/28/2014
 
Point of Contact
Leyla L. Campbell, Phone: 813-828-4018, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
leyla.campbell@us.af.mil, alyson.gowin@us.af.mil
(leyla.campbell@us.af.mil, alyson.gowin@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Past Performance Questionnaire Evaluation Factors Performance Work Statement DFARS 252.209-7999. This must be completed and returned with proposal. This is a combined synopsis/solicitation for a commercial service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Proposal (RFP) and the solicitation number is F2VUEN4008AM02. This acquisition is 100% set aside for certified 8(a) small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Comprehensive Furniture Management Services DESCRIPTION OF REQUIREMENT The contractor shall provide all management, labor, tools, equipment, transportation, materials (minor parts/pieces required for furniture repairs) and incidentals necessary to operate the office furnishings management function and to maintain government-furnished property inventory in support of Headquarters United States Special Operations Command (HQ USSOCOM) as set forth in the attached Performance Work Statement. Proposals shall be submitted in the following format to include one (1) base year plus four (4) option years: CLIN 0001-Furnishings Management -- Base year - 25 Apr 2014 - 24 Apr 2015 12 Months CLIN 0002 - 6 Month Extension - Base Year 6 Months CLIN 1001-- Furnishings Management - Opt Yr 1- 25 Apr 2015 - 24 Apr 2016 12 Months CLIN 1002 -- 6 Month Extension - Opt Yr 1 6 Months CLIN 2001-- Furnishings Management - Opt Yr 2 - 25 Apr 2016 - 24 Apr 2017 12 Months CLIN 2002 -- 6 Month Extension - Opt Yr 2 6 Months CLIN 3001-- Furnishings Management - Opt Yr 3 - 25 Apr 2017 - 24 Apr 2018 12 Months CLIN 3002 -- 6 Month Extension - Opt Yr 3 6 Months CLIN 4001-- Furnishings Management - Opt Yr 4 - 25 Apr 2018 - 24 Apr 2019 12 Months CLIN 4002 -- 6 Month Extension - Opt Yr 4 6 Months Total Evaluated Price (TEP): Price proposals will be evaluated based on the TEP. The TEP will be calculated as the sum of the Offeror's proposed prices for a basic period, all option year periods (4 years), and 6-month extensions. Evaluation of options/extensions shall not obligate the Government to exercise such options or extensions. The TEP will be used for evaluation purposes only. Proposed pricing for the 6-month extension will be based on each Option period to determine the total evaluated price. IAW FAR 52.217-8, offerors should not propose different pricing for each 6-month extension. The rate should be based on that period's monthly rate. For example, the monthly rate used for CLIN 0002 should be the same rate used for CLIN 0001. The 6-month extension of services is IAW FAR 52.217-8, "Option to Extend Services" and will only be utilized if necessary. The 6-month extension of services is not to be considered part of the Option Year periods and will be a separate option exercise if it is utilized. However, proposed pricing for the 6-month extension will be based on the current performance period's (base or subsequent option year) pricing as detailed in Section B of the resulting contract. SEE ATTACHED STATEMENT OF WORK FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIREMENT The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective 30 Jan 2014, DFAR DPN 20140129 and AFFAR AFAC 2013. The North American Industry Classification System code (NAICS) is 484210, Used Household and Office Goods Moving. The Standard Industrial Classification (SIC) is 8700 with a Small Business size standard of $25.5 Million. The wage determination applicable to this acquisition is 2005-2126, revision No. 19. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: See attached for evaluation procedures and basis for award. DELIVERY ADDRESS: The Comprehensive Furniture Management Services is to be procured on behalf of United States Special Operations Command (USSOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.203-3, Gratuities; FAR 52.204-7, System for Award Management; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination; 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-18, Availability of Funds.. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-2, Evaluation- Commercial items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement (ii) price (iii) past performance See attached for evaluation procedures and basis for award. Technical and past performance, when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Small Business Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance - Work On A Government Installation; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.217-8, Option To Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) FAR 52.217-9, Option To Extend The Term Of The (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of clause) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252-204-7004 Alt A, System for Award Management; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act-Free Trade Agreements--Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001 Pricing Of Contract Modifications; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.219-7010 Alternate A (JUN 1998) (a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program and which meet the following criteria at the time of submission of offer-- (1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and (2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA. (b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause. (c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a) offeror selected through the evaluation criteria set forth in this solicitation. (d)(1) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (2) The (insert name of SBA's contractor) will notify the 6th Contracting Squadron Contracting Officer in writing immediately upon entering an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party. (End of clause) The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses applies and are incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen,Mr Gregory S. Oneal, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0184, fax (618) 256-6668 email: gregory.oneal @us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5352.223-9001, Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS 5352-242-9000, Access To Air Force Installations (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and any documentation necessary to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AFFARS 5352.242-9001, Common Access Cards (CACs) For Contractor Personnel. (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on 13 Mar 2014 by 3:00 PM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to leyla.campbell@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUEN4008AM02/listing.html)
 
Place of Performance
Address: MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN03298539-W 20140301/140227234731-0fbdd9be9c7ce4b8b227419013ffb282 (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.