Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

V -- Moving of AMEDD personnel which includes furniture, computer into three modular buildings.

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-07-T-0053
 
Response Due
6/22/2007
 
Archive Date
8/21/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
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. Clauses (the following clauses apply to this requirement): FAR 52.212-1 Instructions to Offeror  Commercial Items FAR 52.212-2 Evaluation  Commercial Items FAR 52.212-3 Offeror Representations and Certifications  Commercial Items FAR 52.212-4 Contract Terms and Conditions, Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or -Executive Order  Commercial Items, FAR 52.217-8 Option to Extend Services Copies of these provisions can be requested by the government point of contact (below). Government Point of Contact: Roland Jasso, Contract Specialist, Army Contracting Agency (Mission Division), 2107 17th Street, Building 4197, Suite 15, Fort Sam Houston, TX 78234-5015, Phone: 210/221-3716, Fax: 221-4452 roland.jasso@us.army.mil PERFORMANCE BASED WORK STATEMENT RELOCATION OF AMEDDC&S PERSONNEL TO TRAILERS ADJACENT TO BUILDING 4011, FT SAM HOUSTON, TX 1. GENERAL REQUIREMENT 1.1. SCOPE OF WORK. The contractor shall provide all equipment, materials, labor and transportation involved in moving approximately 79 personal work stations and an additional 5 executive offices from Buildings 44 to temporary trailer buildings adjacent to Building 4011, on Fort Sam Houston, Texas. The scope of work does not include moving of existing work station furniture but does include movement of executive office furniture and all computer and computer-related items. 1.2. PERIOD OF PERFORMANCE AND HOURS OF OPERATION. This will be a phased project as follows: 1.2.1. It is expected that the move will take place between the period of 28 Jun and 9 Jul 07. The moving contractor shall be available to perform services at any time during this period of time, to include weekend work. The Government will provide the contractor as much advance notice as possible. Extenuating factors that do not allow for an exact period of performance are receipt and installation of new systems furniture and installation of telephone and computer cabling in the trailers. 1.2.2. Additional advance time for planning and coordination meetings with key government and contractor staffs may be required. 1.3. CONTRACT PERFORMANCE. The contractor shall be responsible for planning, coordinating, packing, inventory, tagging, relocating, unpacking, and removal of packing material for the move. 1.3.1. Contractor personnel assigned to or utilized by the contractor in the performance of this contract shall be fully capable of performing in an efficient, reliable, and professional manner. Contractor must possess local moving support and labor staff to perform the packing, inventory, loading, moving, unloading, unpacking, and driving transportation vehicles. 1.3.2. Contractor shall meet with AMEDDC&S Logistics Division to organize, plan, and coordinate the move. 1.3.3. The Contracting Officer may require the Contractor to remove from the job site any employee who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.4. SECURITY REQUIREMENTS 1.4.1. Security. Work under this task order is UNCLASSIFIED. The contractor shall comply with all applicable Department of Defense (DoD) security regulations and procedures during the performance of this contract. The contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. This includes dissemination of protocols and papers n ot generally a vailable through the public literature. 1.4.2. The Government and Contractor will coordinate for individual security badges and vehicles passes to gain access to Buildings 44, 4011, trailers, and Fort Sam Houston gates. 1.4.3. Contractor shall provide an employee roster of all personnel working on the project. Contractor is responsible for securing badges/temporary passes and reporting any loss of badges to COR or designated government representative. 1.4.4. The Government will issue these badges/passes without charge to the Contractor. Badges will be temporary in nature and have a clear expiration date not to exceed the contract period. Contractor shall wear the Government furnished badges/passes on the front of outer clothing. Contractor shall return all badges/passes issued by the Government to the Contracting Officer or designated representative within five working days after termination of employment. 2. DEFINITIONS. Not used. 3. GOVERNMENT-FURNISHED PROPERTY. 3.1. To ensure the timely provision of the services and deliverables as described, the Government will provide the following: 3.1.1. EQUIPMENT AND FACILITIES. The Government will provide the Contractor access and use of necessary elevators, stairwells, docks, hallways, and necessary office space to perform the required packing and relocation services. 3.1.2 KEYS. The Government will provide building access to the Contractor employees. Government will ensure all necessary offices/doors are unlocked and available to permit contractor access to perform the packing and moving tasks during normal duty hour s. 3.1.3. TELEPHONE. The Government will provide the Contractor with access codes to use DSN and commercial local distance telephone service as needed to perform services required by this contract. Contractor phone calls will be limited to performance of r elocation project. 3.1.4. PERSONNEL ROSTERS. The Government will provide the Contractor with personnel rosters with first and last names of personnel participating in the relocation. Roster should also indicate the present location of individuals and building and location of new work station positions. This will facilitate a smooth planning and moving phase. Social security and/or personal information such as home phones and addresses should not be included in rosters. 3.1.5. The Contractor shall deliver packing material 24-72 hours prior to scheduled moving dates to designated division/branch personnel participating in the move. Material shall include, but is not limited to, packing boxes, tape, labels, markers, etc. 3.2. The Contractor shall not use property provided by the Government for any purpose other than the performance of this contract. 4. CONTRACTOR FURNISHED ITEMS. The Contractor shall provide all equipment, materials, labor and transportation. 5. SPECIFIC TASKS. The Contractor shall perform the following tasks in the designated areas to support AMEDDC&S Logistics Division complete the relocation plans. All of these tasks will not necessarily be carried out simultaneously and will be coordinate d with COR and staff representatives. The contractor shall perform any combination of the following type of activities: 5.1. Identify key staff to meet with government personnel immediately after award of this contract to conduct advance planning and coordination. Initial steps will be to properly identify each individual work station and furniture items designated to mov e. 5.2. Deliver packing material 24-72 hours prior to start of relocation project. Packing material will be delivered to each division/branch/floor area and made available to individuals participating in the relocation. 5.3. Identify each work station and properly tag large items such as furniture, refrigerator, wall pictures, chairs, file cabinets, etc. and all phones and computer and computer-related equipment that are scheduled for moving. 5.4. Prepare a jo int inventory of number of boxes, furniture, telephones, and computer and computer-related items belonging to each individual work station and executive office. A proper identification and numbering system will be utilized to document all items belonging to respective work station. Personal and loose items are the responsibility of government employees to sort and pack. Personal packed boxes maybe counted as part of the work station inventory and moved by the contractor. 5.5. Schedule division/branch/individual moves of packed material. Contractor will schedule relocation move either by floor, division, branch, or individuals depending on availability of transportation space and/or availability of employees to receive shi pments. Relocation will follow pre-approved plans unless reasonable circumstances arise that prevent or slow down the movement. 6. DELIVERABLES. 6.1. The Contractor shall plan, staff, and complete the entire relocation project within the time allocated by the contract. Deviations from schedule shall be included in final report. 6.2. The Contractor shall document any issues, lessons learned, and recommendation derived from the relocation project. 6.3. The Contractor shall provide to the Government a complete relocation report at the end of move that includes: - List of all personnel work stations moved during this project - Number of boxes and furniture items moved for each work station - List of all hardware w/serial numbers transported to new location such as refrigerators, microwave, TVs, DVDs, computers and computer-related items, etc. - List of executive furniture items relocated to include floors and room numbers - Recommendations on methods to help reduce future relocation costs Performance Requirements Summary Table: Performance Requirement Summary Required Outcome PWS Ref Performance Objective Performance Standard Surveillance Method Prepare Joint Inventory and tag all furniture, equipment and materials being moved. 5.3 and 5.4 All government equipment is properly tagged 100% of equipment is properly tagged. 100% Inspection Successful move of all furniture, equipment and materials within time specified. 1.2. Move completed within timeframe listed in PBWS. 100% of all furniture, equipment and materials are moved. 100% Inspection Provide Relocation Report 6.3. Provide relocation report at the conclusion of the move. Report provided at the end of the move. 100% Inspection
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN01320228-W 20070617/070615223714 (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.