Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
MODIFICATION

N -- NEC Furniture Move

Notice Date
9/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124812T0076
 
Response Due
9/13/2012
 
Archive Date
11/12/2012
 
Point of Contact
Noryem Maldonado, 270-798-7852
 
E-Mail Address
MICC - Fort Campbell
(noryem.maldonado@us.army.mil)
 
Small Business Set-Aside
Woman Owned 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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W91248-12-T-0076 is issued as a Request for Quotation (RFQ). This requirement is 100% set aside for Woman Owned Small Businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 dated 26 Jul 2012. The NAICS Code is and 484210 (Used Household and Office Goods Moving) and the small business size standard is $25.5M. The offeror will be allowed 60 calendar days to complete this project from time of award. To be eligible for award under this solicitation, the offeror shall furnish all supplies necessary to provide commercial office moving and relocation services for NEC. This includes providing all labor, materials, and equipment necessary to accomplish the work as stated herein, see attached SOW. The Government's intent is to make one single award. Basis for award: a single contract will be awarded to the Lowest Priced Technically Acceptable Quote. The Certificate of Insurance shall be included with the vendor's quote. The following FAR and DFARS Provisions and Clauses apply to this acquisition and are incorporated by reference 52.204-7, Central Contractor Registration (FEB 2012); 52.212-1, Instructions to Offerors (FEB 2012); 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012); 52.247-34, F.O.B. Destination (FEB 2006); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7003, Control Of Government Personnel Work Product (APR 1992); 252.204-7004 Alt A, Central Contractor Registration Alternate A (SEP 2007); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001, Pricing Of Contract Modifications (DEC 1991). The following FAR and DFARS Provisions and Clauses are Incorporated by full text: the provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted; 52.212-2 Evaluation - Commercial Items; fill in as follows: Price and Technical are the evaluation criteria in Paragraph (a). Offeror shall provide necessary documentation to demonstrate Experience for the same or similar requirement (brief description of services provided, dollar amount, and length of contracts or agreements, points of contact and telephone numbers and/ or e-mail addresses) with similar Furniture move services. The successful offeror shall provide the Certificate of Insurance IAW FAR clause 52.228-5. Successful offerors must be registered in SAM (System for Award Management), previously known as CCR. SAM website is https://www.sam.gov/index.html. Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2011) and DFARS provisions 252.212-7000 Offeror Representations and Certifications (Jun 2005); or offerors may complete Representation and Certification on website http://orca.bpn.gov. FAR provision 52.252-1, Solicitation Provisions Incorporated by Reference (Fill-in information - http://farsite.hill.af.mil). The following apply under FAR clause 52.212-5, Contract Terms and Conditions required to implement Statues or Executive Orders- Commercial Items (MAY 2012): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set Aside; 52.219-28, Post Award Small Business Program Representation; 52.219-30, Notice of Total Set-Aide for Woman-Owned Small Business (WOSB) concerns eligible under WOSB program; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33,Payment by Electronic Funds Transfer; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR Clause52.252-2 Clauses Incorporated by Reference (Fill-in information - http://farsite.hill.af.mil) The following DFARS clauses are applicable to this acquisition under DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. The following FAR clauses are incorporated in full text: 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5U.S.C.5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits 21050 - Material Handling Laborer $12.73$2.33 21110 - Shipping Packer $15.39$2.85 31361 - Truckdriver, Light $17.69$3.27 (End of clause) 52.228-5Insurance -- Work on a Government Installation (Jan 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence$500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective -- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) 52.232-18Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.237-1 Site Visit (APR 1984) (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) Site visit mat be arranged during normal duty hours by contacting: Name: Noryem Maldonado Address: MICC- Fort Campbell 13 Street Bldg 2172 Fort Campbell, KY Telephone: 270-798-7852 (c) An organized site visit has been scheduled for-6 Sep 2012 at 9:30 AM CST (d) Participants will meet at-Supply/ Services Division, 13 Street Bldg 2172, Fort Campbell, KY (e) Technical and administrative personnel will be on hand to discuss the requirement and answer questions. If the Government responses to technical questions affect the Scope of Work requirements or any other portion of the solicitation, an Amendment to the Solicitation will be issued. Prospective offerors are requested to submit written questions to the Contracting Officer not later than 7 Sep 2012 3:00 PM CT specifying the section and paragraph of the RFQ for which clarification is desired. ALL QUESTIONS MUST BE SUBMITTED IN WRITING. (End of Provision) 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014)(August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a)Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b)Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c)The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Provision) The following AFARS clauses are applicable to this acquisition: 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Wage Determination 05-2187, Revision No. 12, dated 06/09/2012, is applicable to this procurement. See attached Bid Schedule. Offers are due not later than 01:00 P.M. (CST) 12 September 2012. All responsible sources may submit an offer no later that the date and time specified in this solicitation, which will be considered by the agency. The validity of the submitted quotes shall be no less than 30 days. Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation, offers submitted after solicitation closing date and time will not be considered for award. Submit offers via email (preferred) to noryem.g.maldonado.civ@mail.mil, or via mail to MICC - Fort Campbell, ATTN: Noryem Maldonado, 2172 13 Street, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is Noryem Maldonado, 270-798-7852, noryem.g.maldonado.civ@mail.mil, or Ashley Witmer, 270-798-7561, ashley.a.witmer.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eef581fe8376415224aee6baa6b8f378)
 
Place of Performance
Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN02872091-W 20120909/120907235814-eef581fe8376415224aee6baa6b8f378 (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.