Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2004 FBO #0962
SOLICITATION NOTICE

V -- Moving services for Bureau of Reclamation Mid-Pacific Regional Warehouse.

Notice Date
7/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
04SQ203101
 
Response Due
7/19/2004
 
Archive Date
7/13/2005
 
Point of Contact
Benjamin Weston Purchasing Agent 9169785145 bweston@mp.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotations are being requested and a written solicitation will not be issued. The solicitation number is 04SQ203101 and is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24, dated June 18, 2004. This procurement is set-aside for Small Business concerns only. The North American Standard Industrial Classification System (NAICS) Code is 484210 and the SBA Size Standard is $18.5 million Total Revenues. A firm-fixed-price contract will be awarded. Award of the contract is tentatively scheduled for July 21, 2004. The period of performance is 4 days from August 16, 2004 through August 19, 2004. The Department of Interior, Bureau of Reclamation, Mid-Pacific Region has a requirement for moving services. The requirement involves relocating the entire contents of the existing Mid-Pacific Regional Warehouse located at 1809 Woolley Way, Sacramento, California (approximately 2.1 miles west-northwest of the Federal Building located at 2800 Cottage Way in Sacramento, California) to the new Regional Warehouse located at 4601 Lang Avenue, Sacramento on McClelland Park (approximately 6.5 miles). All offerors must be a member of the California Movers Association (CMA) and must be licensed and supply licensing information to Reclamation. The moving company must carry and maintain professional liability insurance and workman's compensation insurance. The contractor should submit information on the standard/basic insurance coverage of Reclamation items to be moved. Contractor is responsible for the day-to-day inspection and monitoring of all work performed to ensure compliance with the contract requirements. U.S. Department of Labor Wage Determination Number 1994-2055, Revision 23, dated May 27, 2004 for Sacramento County is hereby incorporated into this solicitation and will be made a part of the contract. Interested offerors that can furnish the required services are encouraged to submit a response to the solicitation. The solicitation MUST be downloaded from either the FedBizOpps, Federal Business Opportunities website: http://eps.gov/ or the National Business Center (NBC), Electronic Commerce (EC) Business Opportunities website which is located at: http://ideasec.nbc.gov/j2ee/opportunities.jsp. No paper copy of this solicitation will be distributed. The contractor shall furnish all management, supervision, supplies, labor, tools, vehicles and equipment and shall plan, schedule, coordinate and ensure effective completion of the loading, transport and relocation of a 5-ton electric forklift and recharger, systems office furniture, equipment, supplies, etc. from one location to another. The contractor should submit information on how they intend to secure the goods during transport. A special requirement is that the Reclamation-owned, 5-ton, electric forklift and recharger be moved PRIOR to all other warehouse items. The recharger is an "Exide System 3000", Model No. G3-18-1050B, Voltage 240V AC. This equipment MUST be moved on August 16, 2004, (Monday) at 8:00 a.m. All other moving shall begin on August 17, 2004, (Tuesday) at 8:00 a.m. and shall be completed by August 19, 2004, (Thursday) at 4:00 p.m. On August 17, 18, and 19, moving hours shall begin each day at 8:00 a.m. and end at 4:00 p.m. There shall be no deviations from the dates and times specified. Moving Equipment to be Supplied by Contractor: Contractor shall provide a forklift for use in moving pallets from the old warehouse onto the moving truck and also when unloading pallets from the moving truck onto the dock at the new warehouse. Contractor shall furnish clean and sound, closed-type vehicle(s) of sufficient size to accommodate the transport of equipment. The vehicle(s) shall be in good repair and in compliance with all federal, state, and local laws and regulations for operation. All vehicles used in relocations shall be equipped sufficiently with clean pads, covers, and other protective equipment to ensure safe transit and delivery of property. Protective covering shall be used during the loading and unloading operations in the event of inclement weather. Blankets will be needed to protect fragile glass panels during transport. Contractor shall provide all other moving equipment/tools as needed. No packing materials will be required other than Contractor-provided blankets and equipment. The principal component of the work to be performed is to move 56 pallets (approximately 48" x 42") containing systems furniture, 15 pallets (approximately 48" x 85") containing systems furniture, 3 pallets (approximately 48" x 48") containing 67" x 48" systems furniture panels, 35 pallets (approximately 48" x 48") containing warehouse supplies/stock, 31 pallets (approximately 48" x 48") containing pamphlets, etc., 4 pallets (approximately 48" x 48") of records, 47 pallets (approximately 48" x 48") of computer equipment, furniture, and miscellaneous excess items, 3 pallets (approximately 48" x 48") of raised floor tiles (very heavy), 33 systems furniture panels with glass - 85" high, 16 systems furniture panels with doors/door handles - 85" high, 1 ea - refrigerator, 4 ea - book carts, 1 ea - flammable locker cabinet, 1 ea - motor scooter (for persons with physical disabilities), 4 ea - step ladders, 1 ea - 48" x 48" man-lift. Pallets/items shall not be stacked. All transportable items have already been shrink-wrapped by Reclamation personnel. The Contractor shall not make any unscheduled stops anywhere between the old & new warehouses (i.e. no lunch-breaks or stops between the pickup & delivery locations). Actual Placement of Items at the New Warehouse: Contractor will place items being off-loaded from the moving truck at the new warehouse generally, just inside the roll-up door. Reclamation personnel will then move the pallets in location onto racks within the warehouse. Damages: The Agency representative will provide a written list of items found to have been damaged during the move to the Contractor within 15 working days after the completion of the relocation. This list shall include both furnishings and building finishes, such as walls, carpet, etc., as well as damages to grounds such as shrubs, lawns, etc. The Contractor and the agency representative shall visually inspect the damaged items(s) and mutually agree upon a timeframe for repairing or replacing the damaged item(s). The repair or replacement of the item shall be completed within the time frame specified by the agency representative. Except when loss and/or damage arises out of causes beyond the control and without the fault or negligence of the Contractor, the Contractor shall assume full liability for any and all goods lost and/or damaged in the movement covered by the contract. Quality assurance plan: The contractor shall prepare and implement a written quality control plan as described below. The Contractor must maintain continuity of services, without interruption for each move, throughout the entire term of the contract. To maintain these services, the Contractor shall execute specific detailed plans on how this service continuity will be maintained. Plans (deliverables) are described as follows: This paragraph establishes the minimum requirements for a quality control system to be provided and maintained by the Contractor. The Contractor shall ensure that the required services specified in this contract meet the requirements outlined in the contract. All work performed under this contract shall be of the highest quality, consistent with best industry practices, to assure timely provision of services, optimum agency satisfaction, and adequate protection of Government assets. The Contractor is responsible for the day-to-day inspection and monitoring of all Contractor work performed to ensure compliance with contract requirements. The results of all quality control inspections conducted by the Contractor shall be documented on inspection reports and provided to the COR at the end of each workday. The Quality Control Plan shall include submission of documents that include, but not be limited to: Administrative Methods: The administrative methods the Contractor will use for identifying, correcting, and preventing defects in the quality of service performed before such level of performance becomes unacceptable to the COR. Performance evaluation: Both the Contractor and the Government, at the time of contract award, have agreed upon all terms and conditions as stated in the contract. During the life of the contract, Contractor performance will be documented by means of the National Institute of Health's (NIH) Contractor Performance System (CPS). The CPS, created by NIH, is a Federal multiple-agency, shared-file system that collects, maintains, and disseminates contractor performance information as required by Federal Acquisition Regulations, Subpart 42.15. Partnering: In order to have an effective contract administration program that also ensures a successful business relationship between the Contractor and Reclamation, all parties involved in the service delivery process must work as a team and foster open and honest communication at all times. Close coordination and active cooperation between the Contractor and those representing the Contracting Officer are necessary to ensure that each move is done in a timely, professional, and safe manner. Service Delivery: The quality and timeliness of the contractor's performance of the scheduled moving services will be used to assess the overall service delivery. Performance Objectives and Quality Assurance Reporting: Reclamation representatives will make tours and inspections of the moving services as they progress from start to finish and random job-site inspections accomplished by the COR or other designated inspector shall be used to determine the quality of work delivered during the move process. FAR provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 2004) applies to this acquisition. In addition, an addendum to FAR provision 52.212-1 also applies. FAR Provision 52.212-2, Evaluation - Commercial Items (JAN 1999), is hereby incorporated by full text. (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 item offered to meet the Government requirement; (ii) past performance (see FAR 15.304) and (iii) price. The evaluation factors are listed in descending order of importance. Technical and past performance, when combined, are significantly more important than cost or 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. The Government intends to evaluate quotations and award a contract without discussions with offerors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004) applies to this acquisition, and is hereby incorporated by reference. All offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (June 2004), applies to this acquisition. In addition, an addendum to FAR clause 52.212-5 also applies. A copy of all solicitation provisions and contract clauses can be found at the following website: http://www.arnet.gov. The due date and time for receipt of quotations is July 19, 2004 by 2:00 p.m. local time. No e-mail or faxed copies of quotations will be accepted. All offerors must mail their quotation to the following address: Bureau of Reclamation, 2800 Cottage Way, Room E-1815, Sacramento, California 95825-1898, Attention: Benjamin Weston. Quoters shall provide with their quotation, a minimum of three references to document past performance. Include the name of the company, contact name and telephone number, description and dollar value of project. Questions concerning this solicitation should be directed to the Purchasing Agent, Benjamin C.K. Weston, at the e-mail address listed above or the Contracting Officer, Evelyn Y. Yamamoto at eyamamoto@mp.usbr.gov. Prospective Contractors MUST be actively registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov) to be eligible for contract award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=112816)
 
Place of Performance
Address: Sacramento, California
Zip Code: 958251898
Country: USA
 
Record
SN00620208-W 20040715/040713212606 (fbodaily.com)
 
Source
FedBizOpps.gov 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.