SOLICITATION NOTICE
23 -- Disassemble/Transport/Reassemble UNICOR Furniture
- Notice Date
- 5/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L-07-T-0053
- Response Due
- 6/11/2007
- Archive Date
- 8/10/2007
- Small Business Set-Aside
- Total Small Business
- Description
- ACTION CODE: Combined/Synopsis Solicitation Notice CLASS CODE: 4212 NAICS CODE: 484210 SUBJECT: Disassemble/Transport/Reassemble Furniture SOLICITATION NUMBER: W9124L-07-T-0053 SET-ASIDE CODE: Total Small Business RESPONSE DATE: June 7, 2007 @ 4PM CDST CLOSING DATE: June 11, 2007 @ 4 PM CDST PLACE OF PERFORMANCE: DFAS office located at 4300 Goodfellow Blvd. Building 110, St. Louis, Mo. 63120 AND Building 4700, Mow-Way Road, Fort Sill, OK 73503. POINT OF CONTACT: Aimee Vardeman, Contract Specialist, PH: 580-442-3854 or e-mail aimee.vardeman@conus.army.mil (A) This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being r equested and a written solicitation will not be issued. The contractor shall provide Furniture Moving services to include disassembly and removal of existing UNICOR furniture, equipment and related supplies from DFAS office located at 4300 Goodfellow Blvd. Building 110, St. Louis, Mo. 63120 and transporting to a new location, Building 4700, Mow-Way Road, Fort Sill, OK 73503, and reassemble UNICOR Furniture. (B) Solicitation document W9124L-07-T-0053 is issued as a Request for Quotation (RFQ) for Furniture Move in accordance with the Governments requirement. (C) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-16, effective March 22, 2007. (D) Notice of Total Small Business Set-Aside. Offers/bids are solicited from small business concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 48421 0, sic code is 4212 and size standard is $23.5 million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (E) The following non-personal services are required: In accordance with (IAW) Performance Work Statement (PWS), Period of Performance 6/25/2007 to 7/16/2007. Please provide quotes in the spaces provided below: CLIN 0001 Disassemble UNICOR Furniture (IAW) Scope of Work Amount:_____________ CLIN 0002 Transport UNICOR Furniture (IAW) Scope of Work Amount:_____________ CLIN 0003 Reassemble UNICOR Furniture (IAW) Scope of Work Amount:_____________ CLIN 0004 Accounting for Contract Services, due NLT 31 Oct 2007 Amount:_____________ (F) Scope of Work A detailed Statement of Work is available on the Directorate of Contracting Website: http://sill-www.army.mil/doc/. For further information please view the website or email aimee.vardeman@conus.army.mil. (G) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52.212-1, Instruction to Offerors -- Commercial items; . The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses: www.arnet.gov/far, http://farsite.hill.af.mil. FAR 52.212-2, Evaluation- Commercial Items. Evaluation -- Commercial Items (J an 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. Technical and past perf ormance, when combined, are equal to the relative importance of all other evaluation factors. 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 offe r, 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.Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commer cial Items. 52.212-4, Contract Terms and Conditions-Commercial Items. (H) The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible bidder whose offer conforms to this request and will be most advantageous to the Government considering price and other factors (e.g. , past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405(b) and/or FAR 13.106(b). (I) Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Offeror shall provide DUNS number, CAGE CODE number and TAX-ID number as specified in 252.204-7004, Required Central Contractor Registration. (J) 52.212-4, Contract Terms and Conditions-Commercial Items. (K) The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as a pplicable to this acquisition. 52.203-6, 52.219-6, 52.219.8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-36, in accordance with 52.232-36(g) The third party is: US Bank, GPC Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC); 52.222-41, 52.222-42, 52.222-44. 52.204-7 - Central Contractor Registration 52.237-1 Site Visit (L) In addition, the following DFARS clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 252.225-700 1 - Buy American Act and Balance of Payments Program), 252.225-7012, 252.243-7002, 252.247-7023, 252.204-7004 ALT A Central Contractor Registration (M) Additional Clarifications and Additional Requirements are applicable to this acquisition: (N) APACHE GATE DELIVERY INFORMATON All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately ? mile). Entrance to Apache Gate is on the left (south). (O) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. (P) FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: Wage Determination No Date 2005-2525 Rev 3 02/26/2007 2005-2309 Rev 2 11/29/2006 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following informatio n is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Fort Sill, OK Material Coordinator $15.90 32.85% Material Handling Laborer $11.13 32.85% Forklift Operator $13.93 32.85% Shipping Packer $13.03 32.85% Truckdriver, Tractor Trailer $16.84 32.85% St. Louis, MO Material Coordinator $19.76 - 32.85% Material Handling Laborer $11.84 - 32.85% Forklift Operator $16.68 - 32.85% Shipping Packer $15.07 - 32.85% Truckdriver, Tractor Trailer $21.00 - 32.85% (Q) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. (R) ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer , Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requir ing Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United St ates and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 mont hs ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year for the duration of the contract. Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in t he fields on the website. The XML direct transfer is a format for transferring fields from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the X ML direct transfer may be downloaded from the website. (S) PAYMENTS In accordance with FAR Clause 52.232-36 Payment by Third , incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the fo llowing information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, si multaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month. The invoice shall contain as a minimum the following: name and address of the Contractor; contract number; contract line item number(s) and description in the order shown on the schedule; quantity; unit of measure; unit price and extended price; and the name, title, phone number and e-mail address of the person to notify in the event of discrepancies. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Con tractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is:GSA Smart Pay Purchase Card (GPC) (T) INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensiv e form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performan ce of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirement s in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. (U) PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that failure to provide such notice relieves the insurance company of any liability shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at al l times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. (V) CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. (W) IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor , current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. (X) CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. (Y) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. (Z) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicita tion should be made in writing to Aimee Vardeman, Contract Specialist, at email aimee.vardeman@conus.army.mil and Lisa G. Slagle, Contracting Officer at email lisa.g.slagle@conus.army.mil. Clarifications and/or questions are due by 4:00 p.m. (CST) 7 June 2 007. No phone calls, email only. Oral explanations will not be binding. (AA) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. (AB) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that bid/quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or oth er notice of an extension of the bid opening/closing date, the time specified for receipt of bid/quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no tim e is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. (AC) NOTICE OF AWARD 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, u nless a written notice of withdrawal is received before award. (AD) POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. (AE) REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. (AF) SITE VISIT ARRANGEMENTS An organized site visit has been arranged to inspect the site where these services are to be performed. The site visit will be on Wednesday 6 June 2007 at 1:00 p.m. (CST). Persons attending the site visit should be at the DFAS office located at 4300 Good fellow Blvd., St. Louis, Mo. 63120 no later than 12:45 p.m. (CST) on 6 June 2007. Due to the limited space available, each concern should limit the number of their representatives attending to two (2) persons. Written or telephonic notification of atten dance must be received no later than 5 June 2007, @ 4:00 p.m. (CST). Point of contact is Aimee Vardeman at telephone number 580-442-3854 or email: aimee.vardeman@conus.army.mil. All attendees must have a current photo ID to enter through the guards shack . (AG) IDENTIFICATION OF CONTRACTOR EMPLOYEES The contractor shall provide each employee an identification (ID) badge on contract start date, or on employment start date. The ID badge shall be made of nonmetallic material. The badge shall be easily readable and include employees name, contractors name, functional area of assignment, and color photograph. The ID badge template shall be approved by the contracting officer or their designee before contract start date or within 10 working days of inclusion of this clause in a contract. Display of ID Badge. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall w ear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones. Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractors e-mail address shall include the company name together with the persons name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that persons e-mail address includes the name of their company. (AH) Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. (AI) Floor plans for Building 4700, Fort Sill and pictures of UNICOR Furniture available. Submit requests to Ms. Aimee Vardeman by email aimee.vardeman@conus.army.mil (580) 442-3854, or facsimile at (580) 442-8014. (AJ) Submission of quotes shall be forwarded by 11 June 2007 @ 4:00 p.m. (CST) using either facsimile at (580) 442-8014 or email aimee.vardeman@conus.army.mil or mail Directorate of Contracting, P.O Box 33501, Bldg 1803, Fort Sill, OK 73503-0501.
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN01303540-W 20070527/070525221327 (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 |