MODIFICATION
V -- Personnel and Equipment Moving Services
- Notice Date
- 7/14/2006
- Notice Type
- Modification
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
- ZIP Code
- 80914-1200
- Solicitation Number
- FA2517-06-T-6045
- Response Due
- 7/24/2006
- Archive Date
- 8/8/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement attached. PERFORMANCE WORK STATEMENT (PWS) MOVE PERSONNEL WORKSTATIONS TO INCLUDE OFFICE EQUIPMENT, FURNISHINGS, AND SPECIAL EQUIPMENT FOR HQ AFSPC FROM GENERAL DYNAMICS BUILDING, 1450 ACADEMY PARK LOOP; ATRIUM BUILDING II, 1150 ACADEMY PARK LOOP; AND THE FEDERAL BLDG, 1520 EAST WILLAMETTE AVE, TO BLDG 1470, 250 PETERSON BLVD,PETERSON AIR FORCE BASE COLORADO SPRINGS, COLORADO PROJECT LOCATION: HQ AFSPC Building 1470 250 Peterson Blvd Peterson AFB, CO 80914 USER: HQ AFSPC 1.0 SCOPE AND DESCRIPTION OF WORK: 1.1 The purpose of this Performance Work Statement (PWS) is to procure moving services to relocate HQ AFSPC personnel workstations to occupy Building 1470. Contractor shall move approximately 250 personnel workstations (250 workstations from other buildings out side of Peterson AFB to Building 1470). The relocation is scheduled to occur in two phases from Sep 2006 to Oct 2006 (Dates are subject to change due to building repair delays). Personnel workstations shall consist of office equipment and supplies, files and books, and some office furniture, including some systems furniture. Also included will be special equipment items from the locations listed above. Some examples include but are not limited to maintenance lab equipment, flat files, and other specialty equipment. 2.0 PROJECT REQUIREMENTS: 2.1 Phase I ? Period of Performance: On/about 5 SEP 06 through on/about 29 Sept 06 (19 business days). During this period, a minimum of 116 personnel workstations and special equipment shall be relocated to respective designated areas within Building 1470. Personnel will be relocated from two other buildings as shown below: 2.2 From the General Dynamics Bldg, 40 personnel workstations and special equipment From The Federal Bldg, 80 personnel workstations and special equipment 2.1.1 Deliverables: A minimum of 116 personnel workstations will be relocated to designated areas in Bldg 1470 as shown on building plan provided. 2.2 Phase II - Period of Performance: On/about 2 OCT 2006 through on/about 31 Oct 2006 (21 business days). During this period, a minimum of 65 personnel workstations and special equipment shall be relocated to respective designated areas within Building 1470. Personnel will be relocated from one other building as shown below: From The Atrium Bldg, 65 personnel workstations and special equipment 2.2.1 Deliverables : A minimum of 65 personnel workstations relocated to designated areas as shown on building plan provided. 2.3 Contractor shall provide all packaging materials (boxes, labels, clear equipment bags, tape, etc.), equipment, and labor necessary to pack and relocate all office equipment, supplies and some furniture (filing cabinets, book cases, rolling files, electronic files and some furniture) to designated locations. The items to be moved include books, files, filing cabinets, boxed working papers, office equipment, (phones, faxes, typewriters, printers, etc.), safes (both 2 drawer and 5 drawer), refrigerators, microwave ovens, coffee makers, shredders, wall art. A Move Plan including a comprehensive relocation schedule will be provided by the Government during the Contractor?s site visit. 2.6 Contractor shall comply with specific move procedures. 2.7 Contractor shall be responsible for any damage caused to government property. 2.8 The contractor will notify the government in advance to arrange for escorts into and out of the facilities and to accompany classified materials. 2.9 The contractor will deliver containers and packing materials to each office at least ten (10) business days prior to moving that office?s equipment and material. The first office?s packing materials will be delivered on/about 18 Aug 2005. 2.10 The contractor shall provide all equipment, and labor to accomplish the moves described herein. 2.11 The contractor will arrive at each office on its assigned move date to load and move the items to the office?s assigned space in Building 1470. 2.12 The computers associated peripheral devices will be moved to the designated location as first priority during each move day. Individual computers will be moved by AFSPC personnel. The contractor will move computer equipment and peripheral devices to their final destination by Close of Business (COB) each day. 2.12.1 Computer peripherals will be shrink-wrapped. 2.12.2 Disconnecting, and subsequent reconnection of, computer and telephone equipment is not in the contractor?s scope of work. 2.13 The contractor will be allowed to use the loading docks located on the west side of Building 1470 and shall have elevator access to all necessary floors. Contractor will have access to elevators in the Atrium Bldg, the General Dynamics Bldg, but not in the Federal Bldg. 2.14 The contractor shall be required to disassemble and reassemble some executive furniture and systems furniture in order to move it to the office?s assigned space in Building 1470. Any required disassembly/reassembly of furniture will be accomplished on the same day as the office?s move 2.15 The contractor will be required to inventory boxes prior to being loaded on moving vehicles 2.16 The contractor will be responsible for ensuring all items have been moved to the new location and are accounted for at the end of each move day. 2.17 The contractor will conduct walk-throughs, at both the origin and the destination locations, at the end of each move day to document any damage done. 2.18 The contractor will provide a specific, colored box (to be coordinated with the government) for classified materials and will provide sequenced tape for sealing these cartons. 2.19 The contractor will be required to work with government security escorts while moving classified materials and will provide space for one security escort in each vehicle transporting classified material. 2.20 The contractor will be required to re-use boxes to the maximum extent possible. 2.21 The Government will establish, in coordination with the Contractor, a holding area in Building 1470 for the return of lost, mislabeled, or unlabeled items. The contractor will be responsible for administering this area in coordination with the Government. 2.22 The Contractor will field verify all existing conditions at the move sites, noting dock and elevator capabilities, building access, clearance concerns and any other issues relating to the move. There will be a joint (Government and Contractor) inspection of the move sites both before and after the move to determine condition of the buildings and identify any incurred damages. 2.23. If at any time during the course of this project the Government has evidence that the contractor has put anyone at risk relative to his or her safety and health, the Government will require that the Contractor?s Supervisor cease work until the particular situation is resolved. 2.24. Contractor shall obtain any required City, State or Federal permits. 2.25 The Contractor will assume that moves may require multiple tasks within the move period. 2.26 The Contractor will attend all required move meetings, supply all employees with instructional handouts and provide the Government sufficient quantities of color-coded move labels a minimum of ten (10) business days prior to each move. 2.27 The Contractor will not be responsible to pack and/or move any personal items. 2.28 The Contractor is responsible for the pick-up of used boxes from the destination building and delivery to other scheduled move locations. 2. 29 The Contractor is to provide an adequate quantity of machine carts, blankets, four wheelers, shrink wrap, masonite, assembly tools, and all other equipment and supplies necessary to complete the move as required. 2.30 The Contractor is responsible for providing and installing all necessary wall, floor and elevator protection at all move sites. 3.0 REQUIRED DOCUMENTS: Contractor shall provide documentation for this project as follows: 3.1 The contractor will provide a written statement and evidence that all services will be performed by qualified and experienced moving personnel and provide a schedule showing manpower levels and materials used for each phase of the move as identified in the move schedule provided by the Government. 3.2 Percentages of company employees, percentage of subcontractors and percentage of temporary laborers will also be provided by the Contractor. The percentage of subcontractors and percentage of temporary laborers will not exceed 20% of company employees. 3.3 Contractor is to provide a roster, on company letterhead, with the names, social security numbers (SSAN), date and place of birth and citizenship of employees performing work. All contractor personnel performing work in any of the listed buildings (1470, Federal Bldg, Atrium Bldg, General Dynamics Bldg) are required to hold U.S. citizenship. 3.3.1 The Contractor will notify the Government of any changes in personnel names/SSANs (includes subcontractors) and subsequent escort requirements. 3.4 The Government shall provide a detailed day-by-day move plan consisting of date, name, building number, office number and position number to be vacated and to be occupied on a given date. Daily move listings will be provided NLT two weeks (14 days) prior to the scheduled move date and confirmed the day before at the daily move coordination meeting. 3.5 Submittal Cover: The design of the front cover shall as a minimum be imprinted with the information noted below. Contractor shall include their firm?s name and location on the back cover of the manual: Project Number and Title Peterson AFB, CO Date 3.6 Submittal Format: The document shall have a title sheet, table of contents, and shall be divided into sections with labeled tab dividers. The information shall be labeled so that cross referencing rosters, photographs, floor plans, options, cost estimates, etc., shall be easily located and understood. Contractor may include their firm?s information and points-of-contact/ design team and/or credits after the title sheet. 3.7 Submittals: Contractor shall provide a ?Final? submittal in five (5) hard-copy sets. In addition, a digital copy of all text, photographs, and drawings shall be submitted with the final submittal on CD-ROM. Narratives shall be in Microsoft Word .doc format. 3.8 PROJECT/SUBMITTAL SCHEDULE: 3.8.1 Contractor shall submit the Final Submittal 21 calendar days before first move. 3.9 The total performance period for this contract is approximately 60 calendar days from the first scheduled move until the final move is completed. 4.0 CONTRACTOR PERSONNEL: 4.1 Project Management. The Contractor shall provide a Project Manager that will be the focal point for any government interface under this contract. The Project Manager?s responsibilities shall include attendance at project status meetings with the Government, serving as project liaison with the Government, assisting with the strategic and detailed move planning, attendance to pre-move orientation and post-move walk-through with the Government. 4.2 CONFIDENTIALITY: Due to the confidentiality and sensitivity of Air Force Space Command proprietary information, the Move Contractor and his representatives will, under no circumstances, discuss any information seen or heard while providing services at the job site. 5.0 TECHNICAL REPRESENTATIVE: HQ AFSPC/A7CP, Mariann P. Schofield 150 Vandenberg Street, Suite 1105 Peterson AFB Co 80914-4150 Phone: 719-554-3340 Email: Mariann.Schofield@Peterson.af.mil
- Place of Performance
- Address: 250 Peterson Blvd, Bldg 1470, Peterson AFB, CO
- Zip Code: 80914
- Country: UNITED STATES
- Zip Code: 80914
- Record
- SN01089461-W 20060716/060714221124 (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 |