Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

V -- Packing and Crating - Presolicitation

Notice Date
8/28/2015
 
Notice Type
Presolicitation
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
FA4497_PackingandCrating
 
Archive Date
9/29/2015
 
Point of Contact
John P. Porter, Phone: 3026773744, Melvin G. Mitchell, Phone: 302-677-5104
 
E-Mail Address
john.porter.23@us.af.mil, melvin.mitchell.1@us.af.mil
(john.porter.23@us.af.mil, melvin.mitchell.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis The 436th Contracting Squadron intends to solicit competitively a Service Contract for Packing & Creating and Local Moves for movement of household goods and baggage of military and civilian DoD and Coast Guard Personnel in Delaware and Maryland. The contractor for this contract will furnish all personnel, equipment, facilities, supplies, services, and materials, except as specified herein as government-furnished, for the preparation of personal property of Department of Defense (DOD) personnel for shipment and/or storage and related services through the Direct Procurement Method (DPM). Work to be performed will be those services in the Schedules awarded to the contractor as outlined in individual Contract Line Item Number (CLIN). Task/Type of Move Matrix, showing which tasks normally apply to each type of move. Specific requirements for each task are described below. If specific instructions or requirements are not provided, commercial standards of services and best business practices are acceptable. The Contractor shall perform in accordance with standards outlined in the Performance Work Statement. A Firm-Fixed Price contract will result from this posting, with period of performance to commence on or about 1 January 2016. The performance period of this contract shall consist of a base year with 4 option years. There is no guarantee that options will be exercised. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 488991. The size standard for NAICS 488991 is $27.5 million. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Woman-Owned Small Businesses, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. The package will be issued in the form of a Request for Proposal (RFP) and will be available for downloading from the internet on the Federal Business Opportunities (Fed Biz Opps) website at address: www.fbo.gov on or about 10 September 2015. No hard copies will be provided. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. The closing date is tentatively scheduled for on or about 10 October 2015. The anticipated award date for this acquisition is 30 October 2015. NOTE: All prospective contractors must be registered in the System for Award Management (SAM) database in order to be eligible for award. The SAM site is http://www.sam.gov. Effective 1 January 2005 the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.sam.gov to add or update Online Representations and Certifications Applications (ORCA) records. CLIN 0001: Service Contract for Packing & Creating and Local Moves for movement of household goods and baggage of military and civilian DoD and Coast Guard Personnel 1 Jan 2016 - 31 Dec 2016 CLIN 1001: Service Contract for Packing & Creating and Local Moves for movement of household goods and baggage of military and civilian DoD and Coast Guard Personnel 1 Jan 2017 - 31 Dec 2017 CLIN 2001: Service Contract for Packing & Creating and Local Moves for movement of household goods and baggage of military and civilian DoD and Coast Guard Personnel 1 Jan 2018 - 31 Dec 2018 CLIN 3001: Service Contract for Packing & Creating and Local Moves for movement of household goods and baggage of military and civilian DoD and Coast Guard Personnel 1 Jan 2019 - 31 Dec 2019 CLIN 4001: Service Contract for Packing & Creating and Local Moves for movement of household goods and baggage of military and civilian DoD and Coast Guard Personnel 1 Jan 2020 - 31 Dec 2020
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497_PackingandCrating/listing.html)
 
Place of Performance
Address: Dover AFB, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN03862200-W 20150830/150829000044-5c634ae7256ecb7f03a72b69f2561c36 (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.