Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

A -- Furniture moving services

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339407T0095
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Description
PRESOLICITATION NOTICE Action Code = P Classification Code = V0 Brief title = Moving Services Response Date = 09262007 POCs = Barbara Contreras, Purchasing Agent, 805-228-8510, barbara.contreras@navy.mil; Nancy Landeros, Contracting Officer, 805-228-0617, nancy.landeros@navy.mil. Full Address = Commander, NSWC-PHD, Code 111.1, 4363 Missile Way, Port Hueneme, CA 93043-4307. Solicitation Number = N63394-07-T-0095 Description = The Contracts Department, Code 111, Naval Surface Warfare Center, Port Hueneme, California, is issuing a combined synopsis/solicitation for Move Support Services. This combined synopsis/solicitaton for commercial services is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested from small businesses but a separate written solicitation will not be issued. The requirement is described in the following Statement of Work: A. Background NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION (NAVSEA PHD) has a requirement for frequent and ongoing support to relocate personnel and furniture, assemble and disassemble furniture and office accessories, transport furniture for storage or excess, and other miscellaneous tasks associated with the management of PHD facilities and their occupants. A. Qualifications It is critical that the vendor be able to provide timely support on an as-needed basis with limited advance notification to meet dynamic schedule changes. It is also critical that the vendor have extensive experience with and knowledge about PHD facility locations and characteristics to ensure that crews with the appropriate expertise are provided and are able to execute tasks with nominal supervision and Government employee involvement. This includes past history with the types of modular and office furniture, lab equipment and office equipment as well as in-depth knowledge and experience with PHD?s physical layout and building-organizational footprint. B. Work Statement This statement of work is for materials and services to accomplish multiple large-scope moves, lab space relocations and support facility reconfiguration activities. Events requiring support (subject to change) include, but are not limited to: 1) 447 Move Out: a) Move boxes, chairs, and other property* for approximately 15 personnel (A-Dept) from Bldg 447 to Bldg 1214. Planning data: Date: 1st Qtr FY08. Assume 2 days with one 5-man crews and 1 truck. b) Move or excess furniture and other property* to vacate building. Efforts consist of removing furnishings for approximately 15 cubicles and offices. Planning data: Date: 1st Qtr FY08. Assume 2 days with one 5-man crews and 1 truck. c) Move approximately 40 drawing cabinets and microfiche reader equipment from Bldg 447 Gold Room to Bldg 441. Planning data: Date: 1st Qtr FY08. Assume 1 day with one 5-man crew and 1 truck. d) Move Locksmith shop from Bldg 447 to 1329 Planning data: Date: 1st Qtr FY08. Assume 1 day with a 3-man crew and 1 truck. 2) 1385 Renovation Effort: a) Move boxes, chairs, and other property* for approximately 3 personnel (Military Affairs) from Bldg 1385 to Bldg 445. b) Move boxes, chairs, and other property* for approximately 2 personnel (Telephone Shop) from Bldg 1385 to Bldg 444. Planning data: Date: 2nd Qtr FY08. Assume 1 day with a 3-man crew and 1 truck. c) Move or excess furniture and other property* to vacate building for renovation efforts. Efforts consist of removing furnishings for approximately 6 cubicles and 5 offices Planning data: Date: 2nd Qtr FY08. Assume 1 day with a 5-man crew and 1 truck. 3) 1380 Construction Project: a) Move boxes, chairs, and other property* for approximately 15 personnel relocating to Bldg 1389. Planning data: Date: 3rd Qtr FY08. Assume 1 day with a 3-man crew and 1 truck b) Move or excess furniture and other property* to vacate top floor for construction efforts. Efforts consist of removing furnishings for approximately 40 cubicles and 2 offices. Planning data: Date: 3rd Qtr FY08. Assume 3 days with two 5-man crews and 1 truck. 4) 445 Reconfiguration Project: a) Move boxes, chairs, and other property* for approximately 45 personnel temporarily relocating to Bldg 5. Planning data: Date: 3rd Qtr FY08. Assume 2 days with a 5-man crew, 1 truck and 1 Forklift. b) Move or excess furniture and other property* to vacate for renovation efforts. Efforts consist of removing furnishings for approximately 40 cubicles and 5 offices. Planning data: Date: 3rd Qtr FY08. Assume 2 day with one 5-man crews and 1 truck. c) Move boxes, chairs, and other property* for approximately 45 personnel from Bldg 5 back into Bldg 445. Planning data: Date: 4th Qtr FY08. Assume 2 days with a 5-man crew, 1 truck and 1 Forklift. It is the offeror?s responsibility to make appointment for job site visit prior to bidding on this effort. Contact Mike Lansford at 805-228-6172 for job site appointment. Contractors must first visit the Pass and Identification Office located at CBC Port Hueneme Base, Port Hueneme, CA, Building 1183 (adjacent to the Sunkist Gate on Ventura Road) phone number 805-982-5003. Offerors are cautioned to leave enough time to be processed by the Pass and Identification Office. A valid driver?s license and evidence of vehicle registration and insurance will be required at Bldg. 1183. Failure to obtain access to the issuing office shall not be justification for consideration of a late proposal by the Government. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2006), applies to this acquisition and there are no addenda to the provision. FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) applies and contains important evaluation information. Ev aluations shall be based on: 1. Price; 2. Technical Capability. Offeror must include a completed copy of the provision at FAR 52.212-3 (Alt I) Offeror Representations and Certifications ? Commercial Items (Mar 2005), which can be found at http://farsite.hil.af.mil/ or http://www.arnet.gov/. The following FAR clauses and/or provisions are included, but may not be limited to: 52.203-3 Gratuities (Apr 1984); 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractor Debarred, Suspended. Or Proposed for Debarment (Sep 2006); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov 2006); 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in U.S. Currency (Apr 1991); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Pro hibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportun ity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt A) Central Contractor Registration (Nov 2003). This synopsis/solicitaton and its incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-16. The NAICS Code is 484210 and the size standard is $23.0 million for this procurement. Technical questions wil l be answered at time of site visit. Provide CAGE code, DUNS and Federal Tax ID Numbers with offer. Proposals are to be emailed to barbara.contreras@navy.mil and are due by close of business 26 Sep 2007. All responsible parties may submit a quote which shall be considered by the agency. No contract will be awarded under this solicitation at greater than fair and reasonable prices. Reference: Place of Performance = N/A Address: City: State: Postal Code (zip): Country: Set Aside= Total Small Business Archive = 20 days
 
Record
SN01406175-W 20070915/070913222838 (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.