Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

71 -- Installation, removal and disposal of 303 Mattresses, Box Spring, and Bed Box frame at Navy Gateway Inns and Suite NAS Key West, FL.

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337910 — Mattress Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883612R0087
 
Response Due
9/11/2012
 
Archive Date
10/18/2012
 
Point of Contact
Juan Hernandez 904-542-4838 Via e-mail: juan.p.hernandez@navy.mil
 
E-Mail Address
juan.p.hernandez@navy.mil
(juan.p.hernandez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The NAVSUP Fleet Logistics Center (FLC) Jacksonville, FL will solicit for purchase and installation of Mattresses, Box spring and Bed Box Frame, under a firm fixed priced contract. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-12-R-0087 applies. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition and Defense Federal Acquisition Regulations, and will be awarded as Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 337910 and the business size standard is 500 employees. This acquisition is for replacement, installation and removal of (303) mattresses, box spring and bed box frame, 1 job with performance to be at Navy Gateway Inns & Suites, Naval Air Station Key West, FL. The FLC Jacksonville Contracting Department requests responses from qualified sources capable of providing the following Contract Line Item Number (CLIN): CLIN 0001 QUEEN MATTRESS AND BOX SPRING SIMMONS BEAUTY REST SIGNATURE LII EUROTOP, UNITS 303. CLIN 0002 QUEEN PILLOWS ENVIROLOFT 20" X 30", 29OZ. FILL, FIRM WHITE (6/CS), UNITS 267. CLIN 0003 QUEEN PILLOWS PROTECTORS 180 THREAD COUNT, 21" X 31 WHITE (72/CS), UNITS 25. CLIN 0004 QUEEN MATTRESS BOX SPRING AND BED BOX FRAME REMOVAL, UNITS 303. CLIN 0005 QUEEN MATTRESS BOX SPRING AND BED BOX FRAME DISPOSAL, UNITS 303. CLIN 0006 INSTALLATIONS INCLUDE SET UP OF MATTRESSES, BOX SPRING AND BED BOX FRAME INCLUDING THE NEW MATTRESSES FOR 8 BLDG, 2 SITES. PURCHASE DESCRIPTION FOR INSTALLATION OF MATTRESSES, BOX SPRING AND REMOVAL OF EXISTING SETS. 1.TITLE: Installation removal and disposal of 303 Mattress Sets and Bed Boxes at Navy Gateway Inns and Suite(NGIS) Bldgs 638, 639, 648, 649, 727 at Boca Chica and 437, 438 439 at Truman Annex 1st, 2nd and 3rd floor NAS Key West FL. Buildings do not have elevators. 2.INTRODUCTION: This SOW defines the requirements for installation of new Queen Bed and bed base sets for NGIS NAS Key West FL. 3.OBJECTIVE: The objective is for a contractor to provide all the required equipment and all necessary accessory items, materials and labor to safely and professionally complete this project based on the requirements of this delivery order. 4.REQUIREMENTS: a. Project coordination: Coordinate each project based on the needs of the activity. Provide an updated weekly calendar with delivery and installation information; coordinate delivery, de-installation, installation and project closeouts. b. Contractor will remove (303) mattress bed sets and will be responsible to dispose of the existing sets. The NGIS Manager or his/her representative will coordinate with the Defense, Reutilization, and Marketing Office (DRMO) to process appropriate paperwork for disposal. All loads will be subjected to inspection by security personnel while on NAS Key West. c. Equipment unloads and transport: As necessary the contractor shall unload the equipment at the delivery location and load and transport the equipment from the delivery location to the install location. d. Installation: The contractor shall unpack and verify the condition of each new bed set prior to install. The contractor will be responsible for any damages not noted prior to installation that either severely damages the furniture or any damages to the wall that will require professional services in order to repair. e. The contractor shall remove from the install site and dispose of all trash and/or packing materials associated with the installation. If necessary the contractor shall provide dumpsters. f. Best Practices: The contractor shall be ISO-20000 certified at time of submission and maintain ISO-20000 certification throughout the life of the contract. 5.PROJECT TRACKING SYSTEM: The contractor shall provide a web based tracking/coordination system that is accessible by the Contracting Officer and Government Representative. The tracking system shall provide all pertinent project information to include current updated status. 6.INFORMATIONAL DOCUMENTS: The contractor will provide a What to Expect document, 30 days after contract award. The What to Expect document will be provided to each activity with a copy of the contract proposal explaining the delivery, installation, schedule, and procedures. 7.GOVERNMENT RESPONSIBILITIES: The onsite government point of contact will provide necessary escorts for technicians for the duration of the services. The onsite Government POC will also ensure a safe and adequate work environment with sufficient space for the delivery of services and supplies within a reasonable proximity of the service location. 8.PLACE AND TIME OF PERFORMANCE: The place of performance will primarily be at Navy Gateway Inns & Suites, Bldgs 638, 639, 648, 649, 727 @ Boca Chica and Bldgs 437, 438 and 439 @ Truman Annex, Naval Air Station Key West, FL. General work hours are Monday through Friday 0800 until 1700. No work will be done on weekends or Holidays. All deviations from this requirement must be approved by NGIS Management prior to deviation. 9. DELIVERABLES: a.Project closeout report. Upon completion of all services, the contractor shall provide the Government onsite Point of contact with a checklist and customer acceptance form. b.Service notification form. Upon completion of installation, or included with delivery for the project without installations, provide a post project service notification form to include warranty point of contact and service procedure information. c.What to Expect document. See paragraph 6 above. 10. GOVERNMENT POINTS OF CONTACT: Mickey Rebell, 305-293-4110, michaela.rebell@navy.mil Frank Workman, 305-293-4135 11. BASE ACCESS: a. Work under this order is unclassified. The contractor shall comply with all applicable security regulations and procedures during the performance of this work order. b. The contractor will provide the following information for contract personnel who will be performing installation of soft goods: Last Name: First Name: Driver License: Company Name: Visitor SSN: Home Address to include City, State and Zip Code: Start Date: End Date: Arrival Time: Departure time: Visiting Location: Vehicle Make: Vehicle Model: Vehicle Year: Vehicle Color: Vehicle License: License State: c. This information will be provided to the Security Department Pass & ID Office by the Navy Gateway Inns & Suites Manager or his/her representative to obtain appropriate access to NAS Key West Florida. Date subject to change. Please provide estimated delivery and installation date. d. All personnel shall check in through the Security Department Pass & ID Office and shall wear badge issued while on NAS Key West. 14. PROJECT PROCEDURES: Each project will be initiated by the individual NAFI lodging activities by submitting a request form to the contracting officer. The contracting officer will prepare and issue a request for proposal for projects that require the contractor to install the equipment. The contractor will submit a proposal and schedule based on the requirements. The proposal will result in the issuance of a delivery order by the contracting officer. For projects that do not require the contractor to install the equipment, a delivery order will be issued based on the equipment requirements without the need for a request for proposal. 15. Transportation and Lodging Accommodations: a. The Contractor is responsible for making all travel arrangement to and from NAS Key West. b. The Government activity will provide Navy Gateway Inns & Suites guest rooms for lodging accommodations for the approved contract installation crew at the established service charge rate per night per person ($55 subject to change) depending on availability. Personnel are authorized to check-in after 1500 and check out no later than 1100. Contractor will be invoiced at the end of each month and make payment no later than the 5th working day of the next month. Lodging and per diem shall be in accordance with Joint Travel Regulation (JTR). CLAUSE INCORPORATED BY FULL TEXT EVALUATION--COMMERCIAL ITEMS (JAN 1999) BASIS OF AWARD-LOWEST PRICED TECHNICALLY ACCEPTABLE (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: IMPORTANCE OF FACTORS: All non-cost factors are of equal importance. If the contractor receives an unacceptable rating in any one factor and/or subfactor, they will be considered overall unacceptable . Note: Failure to furnish a complete Request for Quote package may render your offer/proposal unacceptable. 1. Technical Acceptability (10 Pages): The Contractor will provide model numbers and descriptive literature pursuant to FAR clause 52.211-6, in describing their products in meeting the requirements set forth in the Bid Schedule Items and the Statement of Work (Salient Characteristics). The following adjectival ratings will apply as set forth below. Further, technical capability will be determined solely on the content and merit of the information submitted in response to the RFQ. Therefore, it is incumbent on the interested party to provide sufficient technical documentation in order for the Government to make an adequate technical assessment of the contractor s documentation. The Contractor must meet or exceed all the specifications listed in the Statement of Work. ACCEPTABLE: The Offeror meets and/or exceeds the requirements. UNACCEPTABLE: The Offeror has not met one or more of the requirements of their technical capability in performing the work set forth in the Statement of Work. 2. Past Performance (2 Pages): The contractor shall submit a minimum of three (3) Past Performance Information Data Sheets and three (3) Past Performance Questionnaires for the past 3 years for similar work in size and complexity as stated in the Statement of Work. The Past Performance Data Information Sheets and Questionnaires are attached as a word document. The Questionnaire needs to be submitted by the individual completing the questionnaire prior to RFQ closing date. Contractor can provide other information that may be relevant in determining past performance history for the same or similar work. Please ensure that the point of contact information is current at time of submission. The following adjectival ratings will apply: ACCEPTABLE: The offeror s response and other information provided to the Government, indicates an acceptable performance in meeting the requirements of this acquisition. UNACCEPTABLE: The contractor s past performance record indicates unacceptable performance based on data submitted and/or other information provided to the Government as the basis of unacceptability. 3. Price proposal: a. Submit Schedule B with Complete Request for Proposal (RFP) Package. The offeror shall include a unit price and total extended price for all Contract Line Items and/or Subcontract Line Items in Schedule B. The offeror must account for all contract line items in the RFP and the Statement of Work. The offeror shall identify if proposing an equal, provide the model number to be incorporated and made a part of the contract award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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, unless a written notice of withdrawal is received before award. The following provisions and clauses apply: Provision 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 we given in full text. The reference clauses may be viewed in full text at the following website: http://farsite.hill.af.mil. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instruction to Offerors-Commercial; 52.212-2 Evaluation - Commercial Items, 52.212-3, 52.204-7, Central Contractor Registration. Offeror representations and certifications-commercial items; clause 52.212-4, Contract Terms and Conditions-Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items (to include 52.222-21 Prohibition of Segregated Facilities, 52.221-26 Equal Opportunity; 52.221-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on S! pecial Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33 Mandatory Information for Electronic Funds Transfer payment; Provision 52.219-1 Alternate II Small Business Program Representations. Clause 52.219-6 total Small Business set aside. The following DFARS Clause also applies: Clause 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, (including 252.225-7001 buy American Act and Balance of Payment Program). Registration in the Central contractor Registry (CCR) Database is a requirement for award. Go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g on company letterhead, formal quote form, etc.). They must include the following information: complete mailing and remittance addressee, discounts for prompt payment, cage code, Dun & Bradstreet number, and Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items with their offer. Direct all questions regarding this requirement via e-mail to the POC identified in this synopsis. Any response or offer to this solicitation past the quote closing time and date will not be considered. All offers must meet all specifications and/or provide applicable certifications or their offer will not be considered. The Quotations must be received no later than 12:00 Noon, 11 September 2012. Quotations must be in writing and may be faxed or mailed to the following. Attn Juan Hernandez, NAVSUP Fleet Logistics Center Jacksonville, 110 Yorktown Ave 3rd Floor NAS Jacksonville, FL 32212-0097, E-mail: juan.p.hernandez@navy.mil. Fax 904-542-1098, Telephone 904-542-4838.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d505a0fc555c736e1b7c8f5ed528364d)
 
Place of Performance
Address: NAVY AIR STATION, KEY WEST, FL
Zip Code: 33040
 
Record
SN02866477-W 20120906/120905000258-d505a0fc555c736e1b7c8f5ed528364d (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.