MODIFICATION
V -- Move Office Equipment
- Notice Date
- 11/16/2006
- Notice Type
- Modification
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F2VVHC6312A100
- Response Due
- 11/22/2006
- Archive Date
- 12/7/2006
- Point of Contact
- Scott Gebhardt, Contract Specialist, Phone 813-828-7458, Fax 813-828-6156, - Douglas Willard, Contracting Officer, Phone 813-828-4731, Fax 813-828-5111,
- E-Mail Address
-
scott.gebhardt1@macdill.af.mil, douglas.willard@macdill.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial Service 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. The solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-12. This procurement is a Total Set-Aside for Small Business. The North American Industry Classification System code (NAICS) is 484210, Used Household and Office Goods Moving the size standard of which is 23.5 Millions. DESCRIPTION: Move Office Equipment. REQUIREMENTS: Services to move office equipment for 250 personnel equipment consists of boxes, safes, IT equipment, and refrigerators See Statement of Work (SOW). Also your quote must list your DUNS number, CAGE code, and Federal TIN. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. DELIVERY ADDRESS: Item is to be procured on behalf of HQ USCENTCOM 8415 MARINA BAY DR. BLDG. 847 MACDILL AFB FL 33621. PROVISIONS/CLAUSES: Provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. In accordance with 52.212-2, Evaluation-Commercial Items, offers will be evaluated based on price, technical acceptability, delivery schedule, adherence to applicable clauses and provisions, as well as past performance records, 52.217-8, 52-217-9, 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, 52.245-2, 252.212-7001, 252.225-7001, 252.247-7024, 52.222-41, 52.222-42, 52.222-47, Wage Determination No: 1997-0303 Revision No: 9 Date Of Revision: 05/23/2006. Offerors are also to submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. DEADLINE: Offers are due on Nov. 22th, 2006 by 3:00PM EST. Submit offers or any questions to the attention of SSgt Scott Gebhardt, 6CONS/LGCB, via fax 813-828-6156, or preferably by email to scott.gebhardt1@macdill.af.mil. 1. SCOPE. The contractor shall furnish all labor, tools, equipment, materials, supplies and services necessary to perform the movement of assets from CENTCOM Village (CV) 1 to CV3. CV1 trailers are approximately a quarter (?) mile from CV3 facility. A forklift (a licensed operator must be provided by the contractor) will be onsite to assist in the unloading of government assets from the contractor?s vehicle. Those assets must then be placed in building CV3 via the loading dock first and second floors. The following will be the items that the contractor will be required to move: ? Boxes -- packed with office items (500) ? IT Equipment ? disconnected prior to contractor arrival (1500) ? Copiers (20) ? Shredders (10) ? Printer/fax/scanner (50) ? Refrigerators -- small and standard sizes (15) ? 2 drawer safes (30) 2. Government Property Protection: The contractor shall provide protection to government property to prevent damage during the period of time the property is under the control or possession of the contractor. The contractor shall record and report promptly to the designated Government Site POC, all available facts relating to each instance of accidental damage to government property or injury to either contractor or government personnel. The contractor shall not perform any work on the damaged equipment/property until released by an authorized government representative. If the government elects to conduct an investigation of the accident, the contractor shall cooperate fully and assist the government personnel until the investigation is completed. 3. General Information: ? Hours of operations will be from 0730 to 1630 Monday ? Friday. ? The government will be responsible to label all items with From & To locations ? Work is estimated to last from 27 November ? 15 December 2006 4. Contractor POC: The contractor shall designate a prime and alternate Site Manager. Notification shall be provided by e-mail to the designated Government Site POC to include contact information prior to commencement of work. 5. Security Requirements: The contractor shall comply with security controls directed by the Government Site POC, which have been prescribed by the CENTCOM Security Officer, including access badges and security clearances. The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the designated Government Site POC as a potential threat to the health, safety, security, general well-being or operational mission of CENTCOM and its population. Unclear contractor personnel shall have an escort provided by the Government in order to meet site access requirements. The contractor personnel shall be required to undergo a background investigation to perform their duties at the site. STATEMENT OF WORK FOR Coalition Village 3 Asset Movement Prepared By USCENTCOM Headquarters Commandant Facilities Branch MACDILL AIR FORCE BASE, FL 33621 Preparer: SSgt Leo Da Silva 813-827-6547 DASILVLP@CENTCOM.MIL 1. SCOPE. The contractor shall furnish all labor, tools, equipment, materials, supplies and services necessary to perform the movement of assets from CENTCOM Village (CV) 1 to CV3. CV1 trailers are approximately a quarter (?) mile from CV3 facility. A forklift (a licensed operator must be provided by the contractor) will be onsite to assist in the unloading of government assets from the contractor?s vehicle. Those assets must then be placed in building CV3 via the loading dock first and second floors. The following will be the items that the contractor will be required to move: ? Boxes -- packed with office items (500) ? IT Equipment ? disconnected prior to contractor arrival (1500) ? Copiers (20) ? Shredders (10) ? Printer/fax/scanner (50) ? Refrigerators -- small and standard sizes (15) ? 2 drawer safes (30) 2. Government Property Protection: The contractor shall provide protection to government property to prevent damage during the period of time the property is under the control or possession of the contractor. The contractor shall record and report promptly to the designated Government Site POC, all available facts relating to each instance of accidental damage to government property or injury to either contractor or government personnel. The contractor shall not perform any work on the damaged equipment/property until released by an authorized government representative. If the government elects to conduct an investigation of the accident, the contractor shall cooperate fully and assist the government personnel until the investigation is completed. 3. General Information: ? Hours of operations will be from 0730 to 1630 Monday ? Friday. ? The government will be responsible to label all items with From & To locations ? Work is estimated to last from 27 November ? 15 December 2006 4. Contractor POC: The contractor shall designate a prime and alternate Site Manager. Notification shall be provided by e-mail to the designated Government Site POC to include contact information prior to commencement of work. 5. Security Requirements: The contractor shall comply with security controls directed by the Government Site POC, which have been prescribed by the CENTCOM Security Officer, including access badges and security clearances. The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the designated Government Site POC as a potential threat to the health, safety, security, general well-being or operational mission of CENTCOM and its population. Unclear contractor personnel shall have an escort provided by the Government in order to meet site access requirements. The contractor personnel shall be required to undergo a background investigation to perform their duties at the site.
- Place of Performance
- Address: 2606 Brown Pelican Ave., Macdill AFB FL
- Zip Code: 33621
- Country: UNITED STATES
- Zip Code: 33621
- Record
- SN01182333-W 20061118/061116220659 (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 |