Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

S -- COMBINED SYNOPISIS AND SOLICITATION FOR PACKING SERVICES - REDWOOD CITY, CA

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
GSWR060203
 
Response Due
9/25/2006
 
Archive Date
9/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO: GSWR060203 - REQUEST FOR QUOTATION DATE: 12 September 2006 CLOSING DATE: 25 September 2006 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; proposals are being requested and a written solicitation will not be issued. This acquisition is set aside for small business concerns. Statement of Work - Warehouse and Equipment Yard Services 1.0 Introduction 1.1 Organization: The United States Geological Survey (USGS) Western Region Coastal and Marine Geology Team operates a marine science facility that supports marine and coastal research programs throughout the Western Region. 1.2 Current Environment: The USGS in Menlo Park, CA operates the Marine Facility ("the Facility") at 599 Seaport Blvd., Redwood City, California, which includes an equipment yard, a warehouse for research equipment and scientific data, light industrial machine and woodworking shops, and electronic laboratories. 1.3 Performance: Work is to be accomplished for the USGS, Coastal and Marine Geology Team, in accordance with the statement of work described in 2.0, Technical Services Required. Normal business hours will be maintained to provide USGS employees access to the warehouse. It is expected that the contractor would be able to provide two (2) workers with a two-day notice and five (5) workers with a five-day notice. Periods of work shall vary from one (1) to five (5) days per week. Work shall be performed and invoiced in increments of one man-day (eight hours). It is estimated that this work will not take over 600 hours. Estimated period of performance is October 16, 2006 - November 22, 2006. 2.0 Technical Services Required Task Description: The Marine Facility is scheduled to relocate out of the San Francisco Bay area on or about November 1, 2006. All of the contents of the Facility must be removed from the warehouse shelves, inventoried and repackaged for shipping. Large amounts of material (including electronics, supplies, hardware, field equipment, manuals, etc.) must be fork-lifted off the warehouse shelves, sorted, repackaged and/or recycled and/or discarded. Contractor shall provide services related to the organizing, cleaning, repackaging, recycling, and control of this USGS equipment and data. 2.0.1. Warehouse Services: Removes and returns loaded pallets from warehouse shelving. Inventories, cleans and repackages pallet contents; contents may be moved to recycling area or discarded according to determination by Marine Facility or scientific staff. Checks for documentation of equipment (serial numbers, fixed asset numbers,) and determines that the equipment matches inventory listings. Assists the Marine Facility Manager in verifying records, descriptions and manufacturers serial number, white utilizing warehouse materials handling equipment in order to shelve property and equipment. 2.0.2. Maintains the Marine Facility warehouse and adjacent yard in a clean, neat and safe condition. 2.1 Criteria for Acceptance: o Work is satisfactory when repacking of pallets is normally done at a rate of six (6) pallets per day if the contents consist of equipment supplies, or four (4) pallets per day if contents consists of geologic samples. Other assigned tasks (repacking container vans, cleaning and refurbishing containers prior to packing) should be completed within two working days. o Should be able to, on average, remove or return pallets to the warehouse shelving at a rate of 10 per hour. All other work is satisfactory if there is normally no backlog longer than 2 days. o Supervision is satisfactory if, on average, 30 minutes per day is spent on supervising the contract worker. 2.2 Quality Control Reviews. Representatives of the USGS, and the contractor Group Manager shall meet at a location and time designated by the COR, at the beginning of the contract period. and as needed thereafter. The participants will formally review the quantity and quality of services, and inspect work for compliance with the SOW, the associated contractor proposal, and system documentation. 2.3 Expertise: The contractor shall provide personnel with o Basic understanding of warehouse layout and familiarity with normal warehousing procedures. o Capable of performing physical exercise to include but not be limited to standing, stooping, and bending. o Ability to lift and carry materials and equipment that weight up to 70 lbs. o Capable of using hand-operated material handling equipment (e.g . pallet jack). All contractor shall have any appropriate licenses and permits relating to the work. 2.4 Working Conditions: The work may be achieved inside or outside, in areas that are hot, cold, damp, drafty, or poorly lighted. Work may be performed in bad weather in open docks and storage yards. 2.5 Use of Government-owned vehicles: The contractor may be required occasionally to use Government-owned vehicles (GOV); such as light pickup truck or small cargo van) to move equipment and materials within the facility and short distances away. Use of the GOV is considered to be incidental to the regular components of the task 3.0 Contractor-Furnished Resources 3.1 Contacts. The Contractor shall name an administrative point of contact for the Government to contact regarding contractual issues. The Contractor shall also name a technical contact who will supervise the warehouse laborers and who can be contacted regarding the technical requirements of the contract. 3.2 Backup Labor, The Contractor shall provide a laborer in the absence of the regular contractor employee. 4.0 USGS Points of Contact 4.1 Technical Information: The Marine Operations Manager, at the Seaport Blvd. Marine Facility, or their designee will provide guidance and assistance pertaining to the technical or functional environment or to specific requirements. 4.2 Administrative Information: The USGS Contracting Officer will provide information regarding payments, invoicing, and other contract administration matters, and will issue all change orders and other contract modifications in writing, 4.3 Addresses and telephone numbers USGS Contracting Officer Ron Donez Acquisition and Grants Branch U.S. Geological Survey 3024 State University Drive East Suite 3001 Sacramento, CA 95819 Phone: (916) 278-9342, Fax: (916) 278-9339 USGS Contracting Officer's Representative: Jon R. Childs U.S. Geological Survey 345 Middlefield Road, MS-988 Menlo Park, CA 94025-3591 Phone: (650) 329-5195 METHOD OF EVALUATION Prospective contractors are advised that quotations will be evaluated based upon the following, listed in order of importance: 1) Lowest-hourly rate provided by a responsible and responsive contractor. Please provide an hourly rate (not to exceed 600 hours) in accordance with the appropriate wage determination (Wage Determination 1992-0334, revision 19 dated 5/24/2006. This wage determination can be found on the Internet at http://www.wdol.gov/wdol/scafiles/non-std/92-0334.sca. If you cannot locate it, contact the Contracting Officer by e-mail for a copy. Quotations are due by 3 PM PDT, Monday, September 25, 2006 to the Contracting Officer in Sacramento, CA (USGS, Western Region Acquisition and Grants Branch, Attn: Ron Donez, 3020 State University Drive East, Suite 3001, Sacramento, CA 95819). Offers received after this time and date will not be considered. Offers are preferred by electronic means (email and fax - email is rdonez@usgs.gov and fax is 916-278-9339), but are accepted by mail. Oral quotations will not be accepted. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ and http://www.doi.gov/pam/aindex.html or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2004) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2004) 52.219-6 Notice of Total Small Business Set Aside, Alternate I (OCT 1995) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2004) 52.000S-5026 Invoice Requirements (OCT 1997) 52.900S-1178 Wage Determination Incorporation (OCT 1997) 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) "Invoices must be submitted in original and one (1) copy to the 'BILLING OFFICE' designated on this order. To constitute a proper invoice, the invoice must include the following and/or attached documentation: (a) name of business concern and invoice date; (b) purchase order number and, if applicable, contract number; (c) item number, description, quantity, unit price(s) and extended total(s) of property or services actually delivered or rendered; (d) shipping and payment terms; (e) name (where applicable), title, phone number and complete mailing address of responsible official to whom payment is to be sent; (f) other substantiating documentation or information as required by the order. (end of clause)" All offerors MUST have a Dun and Bradstreet number and be registered in the Central Contractor Registration Database at www.ccr.gov when submitting an offer. For further information regarding this solicitation, please contact Ron Donez, Contracting Officer, at (916) 278-9342 or rdonez@usgs.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=885952)
 
Place of Performance
Address: REDWOOD CITY
Zip Code: 94063
Country: USA
 
Record
SN01141188-W 20060914/060912221353 (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.