Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
SOLICITATION NOTICE

71 -- Cubicle Reconfiguration contract - dates are from award of contract to 30 September 2008

Notice Date
6/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-08-Q-0095
 
Response Due
6/16/2008
 
Archive Date
8/15/2008
 
Point of Contact
Clarence Miller, 509-527-7215
 
Small Business Set-Aside
Total Small Business
 
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. SYNOPSIS/SOLICITATION for cubicle reconfiguration contract to be performed at the Walla Walla District headquarters building at 201 North 3rd Avenue, Walla Walla, WA 99362. SOL: W912EF-08-Q-0095 ISSUE DATE : 06/04/2008 DUE: 06/16/2008 close of business COMBINED SOLICITATION/SYNOPSIS FOR cubicle reconfiguration see below. This is a total small business set aside. 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 is a small business set aside and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotation. No formal solicitation will be issued. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 18. ADMIN INFO: Solicitation is a total small business set aside. The NAICS code for this acquisition is 337214 and the small business size standard is 500 employees. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR for free at http://www.ccr.gov. For contracting opportunities, visit the Federal Business Opportunities (FedBizOpps) site, www.fbo.gov. This is a request for quote under Part 12 of the FAR (commercial items.) The closing date for responses is June 16, 2008 close of business local Walla Walla, WA time. You may email your response to Clarence.A.Miller@usace.army.mil. For any questions, contact Clarence at PH: 509-527-7215. For pricing competition, see sample assignment 1 and provide a quote on this. A PDF drawing covering this sample will be provided by email upon request of the contractor to Clarence.A.Miller@usace.army.mil. The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. The evaluation criteria under 52.212-2 follows: The evaluation procedures to be used are lowest priced technically acceptable. To be technical acceptable, you need to pass the security background check requirement for any employees assigned to work under this contract and be a small business. The lowest priced technically acceptable quote will receive award. Please provide a completed copy of the provision at 52.212-3. See the following website for the provision - http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6,219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 225-13, 232-33. 52.204-7 Central Contractor Registration JUL 2006 52.213-3Notice to SupplierAPR 1984 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.232-7010 Levies on Contract Payments DEC 2006 52.000-3014 Invoices Simplified Acquisition Procedures The Contractor shall submit invoices as follows: Original invoices shall be mailed to and payment will be made by: USAED, Millington Finance Center ATTN: CEFC-AO-P 5722 Integrity Drive Millington, TN 38054-5005 A copy of all invoices shall be mailed to: Walla Walla District, Corps of Engineers ATTN: Logistics Management 201 North 3rd Avenue Walla Walla, WA 99362-1876 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/these address(es): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/index.html http://hydra.gsa.gov/far/current/html/toc.html (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ___ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ___ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (2) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (3) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (APR 2007) (15 U.S.C. 637 note). (4) ___ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (5) ___ 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) (10 U.S.C. 2533a). (6) ___ 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). (7) ___ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (8) ___ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (9) ___ 252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (10) ___ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (11) ___ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (12)(i) ___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (OCT 2006) of 252.225-7036. (13) ___ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (14) ___ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (15) ___ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (16) ___ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (17) _X__ 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227). (18) ___ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (19) ___ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (20)(i) ___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ___ Alternate I (MAR 2000) of 252.247-7023. (iii) ___ Alternate II (MAR 2000) of 252.247-7023. (iv) _X__ Alternate III (MAY 2002) of 252.247-7023. (21) ___ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) STATEMENT of WORK The period of performance for this contract is from award through September 30, 2008. 1) From specific drawings provided by the Logistics Delivery Point (LDP) the contractor shall tear down, move, set up cubicles to include power boxes/stations from an old location to a new location and/or re-arrange cubicles/power stations/boxes per specific drawings and or sketches within the District Headquarters Building; time frames will be agreed upon by the Contractor and LDP point of contact but the following schedule should be a standard to follow: a) Minor Change; 4-6 cubicles NLT 2 weeks b) Moderate Change; 7-9 cubicles NLT 3 weeks c) Major Change; 10-13 cubicles NLT 6 weeks NOTE: A standard cubicle is 8 x 8 2) Contractor will be responsible for providing: a) Tools, Materials and or other equipment necessary to perform work. b) Any additional labor and necessary background checks for said labor; local law enforcement & or federal agencies so directed by USACE. 3) Work hours will be coordinated with the Logistics point of contact Tami Vance or Fred Lane so other work areas will not be disturbed. 4) This work will not include the building and tearing down of permanent and or temporary walls or structures only cubicle tear down and rebuild. 5) Cubicle pieces not re-used will be properly palletized and inventoried for storage at the LDP Annex warehouse; these pieces will be moved to Annex warehouse by the Contractor and/or LDP personnel. 6) Contractor will have access to the Annex warehouse to be able to retrieve any and all cubicle pieces needed to accomplish work; contractor will coordinate this with the LDP for accountability purposes. 7) Contractor will transport cubicle pieces from the Annex Warehouse using his/her own mode of transportation at his/her own expense. 8) Any additional cubicle pieces contractor requires that are not on hand will be ordered by the LDP; contractor must provide detail requirements of what needs to be ordered to accomplish work. 9) Contractor will not be required to move any personal equipment/items; any files in the cubicle are considered 'personal work files' and need to be moved by the employee/office requesting the move; personal items such as radios, clocks, photos&etc; see 12 below for standard requirement. 10) Other office files, book cases and other matter besides cubicles that need to be moved by the contractor outside the cubicle will be reviewed by branch/division chief to ensure files, books, manuals, regulations' etc that are no longer required are removed, retired and or discarded by government employees before expending funds to move them. Contractor will receive authorization from LDP to move these items and this authorization will also state hours required to accomplish this particular work. 11) Contractor will not move and or reconnect IM equipment with out the approval of IM (ACE-IT). 12) A standard cubicle is listed under sample assignment 1 below. The cost provided under that sample assignment will be the cost applied to any standard cubicle work. Any cubicle with larger or smaller dimensions will be prorated against the standard cubicle in determining that the hours for the work are considered fair and reasonable for that work. Any additional cost must be approved/confirmed by facilities management prior to work startage. Provide a price per hour to be used for all work. This hourly rate needs to include the burden rate, wages, profit and all indirect costs associated with the work. The labor wage decision 05-2569 is applicable to work performed under this contract. What will change for each assignment will be the number of hours needed to complete the work. Once award is made, the hours per assignment must follow logically based on the difference in work from the standard cubicle to the assignment work. Hours times your fully burdened hourly rate will equal your cost for the sample assignment. The lowest quote from a small business firm who fulfills the technical requirement of providing acceptable (to USACE) employee background checks from local law enforcement will be awarded the contract for the period from the date of award through September 30, 2008. Schedule B Hourly labor rate for cubicle reconfigure laborer $_______________ Note: Hourly rate to include burden rate, wages, profit and all indirect costs associated with all work as described above The Contract Price will be for a not to exceed 520 total hours times the successful offeror labor rate. Sample Assignment 1: Provide the cost to do a standard 8 by 8 cubicle enclosed fully on three sides with two standard overhead cabinets, three 6 foot countertops, one corner top for a computer w/attached keyboard tray. The fourth side of the cubicle has one three foot wide side and a two foot opposite side with a 3 feet opening in between. Cost will include number of hours to perform the move of this cubicle from one location to another location on a different floor times the established labor rate provided by the contractor under Schedule B above..
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=013e8a5b9f7d427fd9a440105903f4bc&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN01586840-W 20080606/080604220218-013e8a5b9f7d427fd9a440105903f4bc (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.