MODIFICATION
V -- 418th RELOCATION OF PERSONNEL & EQUIPMENT FROM FACILITIES #1398 and #1414 INTO FACILITY #1623
- Notice Date
- 2/1/2007
- Notice Type
- Modification
- NAICS
- 488991
— Packing and Crating
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F1S0BB7009BM01
- Response Due
- 2/1/2007
- Archive Date
- 12/6/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is to confirm the following: Period of Performance (start of move/relocation) is 26 Feb 2007. Packing materials (for customers moving) will be delivered to Building 1398 on 12 Feb 2007. Proposals still due 1 Feb 07/4:30 pm PST. 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. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14 and DFARs Change Notice (DCN) 20061219. This acquisition is a small business set-aside. NAICS is 488991 and the size standard is $23,500,000.00. Solicitation is for commercial purchase of: The contractor shall provide the following based on the information stated: The 418th Flight Test Squadron, Edwards Air Force Base, CA is looking to procure the Relocation Service as described below in Statement of Work. STATEMENT OF WORK FOR RELOCATION SERVICE 418th Flight Test Squadron, Edwards AFB CA RELOCATION OF PERSONNEL & EQUIPMENT FROM FACILITIES #1398 and #1414 INTO FACILITY #1623 Dated: 8 January 2007 PART 1 - GENERAL REQUIREMENTS 1.00 SCOPE: The contractor shall provide all supervision, labor, equipment, and materials necessary to perform all operations to physically relocate office products, furnishings, tools, and supplies of approximately 70 personnel from Bldgs 1398 and 1414 to Bldg 1623 at Edwards AFB. The contractor shall provide a sufficient amount of moving boxes, labels, tape, tape dispensers, marking pens, fork lift, required vehicles, personnel, and other items as required for the successful implementation of this relocation tasking. The contractor shall relocate office products, furnishings, tools, and supplies of approximately 20 each personnel presently located within building #1398; and approximately 50 each personnel presently located within the first and second floors of the East Tower, as well as the hangar deck of building #1414 and move them approximately one half mile to facility #1623, at Edwards Air Force Base, CA. This effort shall include the relocation of a 40? conex box from the north aircraft parking ramp of facility #1414 to adjacent to Bldg 1623. The Contractor shall complete the project in accordance with this Statement of Work, all applicable codes & regulations, drawings, and shall be subject to the terms and conditions of the contract. 1.01 All labels, boxes, tape, etc. must be delivered to buildings #1398 and #1414 at least two weeks prior to the projected move date to give the government personnel sufficient time to pack. All equipment to be relocated will be disconnected and prepared for movement prior to the contractor appearing on site. Elevator service is available at facility #1414 and #1623. Labeling of ?end location? for pre-packed boxes will be accomplished and mapped as per sketches supplied by the Facility Manager. 2.01 GOVERNMENT FURNISHED UTILITIES: Water and electricity will be furnished to the contractor from existing Government systems/outlets at no cost to the contractor. The contractor shall furnish all equipment, material, and labor necessary to obtain the utilities from the existing systems/outlets. 2.02 WORK HOURS: The hours of work for the personnel relocation effort shall be from 7:30 A.M. to 4:30 P.M. Monday through Friday, excluding federal holidays. No work shall commence with out prior coordination with the Facility Manager, Rellen Jones, 418th FLTS/CCG, (661) 277-7190, ext. 2237. 2.03 BASE ACCESS: Proof of current vehicle registration, driver?s license and vehicle insurance must be made available prior to issuance of the base access permits. Flight line access is required to complete this effort. The contractor shall obtain base access for his personnel, subcontractors, vehicles and equipment by submitting the following information to the Contracting Officer within five (5) working days prior to commencing work: names of individuals, including their Social Security Number, Date and Place of Birth, Driver?s License Number, and Vehicle License Number. 2.04 HAZARDOUS NOISE: Jet aircraft operating on the runway and/or taxiways make the contract area a zone of high level noise. The contractor is advised to take the necessary precautions to protect him and his workers against ear injury while in the area. 2.05 DISPOSAL OF WASTE/EXCESS MATERIAL: Any waste or excess material resulting from any contract requirement shall be removed and disposed of at a proper disposal site off Edwards Air Force Base by the Contractor in strict accordance with applicable Federal, State, County and local laws. Disposal, discharge, deposit, dumping, spilling, leaking, or placing of any material, wastes, effluents, trash, garbage, oil, grease, paint, chemicals, etc. in areas other than proper disposal sites off Edwards Air Force Base shall be subject to the approval of the Contracting Officer. If any waste material is dumped in unauthorized areas, the contractor shall remove the material and restore the area to the condition of the adjacent undisturbed area. Contaminated ground shall be excavated, disposed of as directed by the Contracting Officer, and replaced with suitable fill material, compacted and finished to match adjoining surfaces. 2.051 The contractor shall furnish to the Contracting Officer prior to using any landfill, the name and address of the proposed landfill to be used for disposal of project related waste including the landfill class and the proposed materials to be disposed of at the location. 2.052 This information shall be submitted for all materials to be disposed of by the contractor, including hazardous waste. Copies of manifests and inventories of hazardous wastes that were disposed of during the course of the contract, if any, must be provided to AFFTC/EM at the conclusion of the contract. The closeout submittal must contain all information required by the initial submittal. 2.06 REGULATIONS AND STANDARDS: The contractor shall comply with all Edwards Air Force Base safety standards and all OSHA standards. Resolution of citations for violations of Occupational Safety, Health Act Safety, and Health Standards is the contractor?s responsibility. The Contractor shall maintain all records in accordance with Air Force regulations. 2.07 ENVIRONMENTAL PROTECTION: For the purpose of this specification, environmental pollution is defined as a presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to man; or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, and land, and involves noise, solid-waste management and management of radiant energy and radioactive materials, as well as pollutants. 2.071 PROTECTION OF AIR QUALITY: Contractor shall comply with all air pollution restrictions applicable to this project. Waste materials shall not be burned on Government premises. If the contractor elects to dispose of waste materials, (other than hazardous waste) off Government premises, by burning, he shall make his own arrangements for such burning area and shall be responsible for all permits and conformance to all local, state, and federal regulations. 2.08 TRASH AND LITTER CONTROL: The Contractor shall develop a strict trash and litter control program. The litter control program shall consist of supplying an adequate number of covered trash and litter receptacles in all appropriate locations. The contractor shall take precautions to prevent Foreign Object Debris (FOD) while working on or around the flight line. 2.09 NO SMOKING POLICY: There is an Air Force Policy of NO SMOKING in any Government vehicle or building in accordance with AFI 40.102 (3 Jun 1994). NOTE: Please notify Terence Vickers for diagrams of the facilities and their configurations. If you require a Site Visit, please notify Terence by 1500 hrs PST on 29 Jan 07 at terence.vickers@edwards.af.mil or (661) 277-9559. Boxes must be delivered to applicable buildings no later than 3 days after award of contract. Delivery of boxes must Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, http://orca.bpn.gov/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provisions go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following provisions and clauses apply to this acquisition. Provision at 52.212-1, Instructions to Offerors-Commercial Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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. Award will be made to the lowes priced offer. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52-222-41 Service Contract Act of 1965, As Amended 52-222-42 Statement of Equivalent Rates for Federal Hires 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) The Contractor shall submit pricing as follows: CLIN 0001 Relocation Services 1 Lot Total: $__________________ Offers are due at the 412th Test Wing (TW), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (1630 PST) on 1 February 2007. Any questions concerning this synopsis should be submitted to the Contract Negotiator, Terence Vickers, by email at, Terence.vickers@edwards.af.mil or by fax at (661) 277-0470. Email transmissions of quotes are preferred; although, if you choose to fax please call me to ensure receipt.
- Place of Performance
- Address: Edwards Air Force Base, CA
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01223759-W 20070203/070201222748 (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 |