SOURCES SOUGHT
99 -- SOURCES SOUGHT
- Notice Date
- 6/6/2014
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-14-X-3014
- Response Due
- 7/1/2014
- Archive Date
- 8/5/2014
- Point of Contact
- Chanel D. Williams, 443-861-4741
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(chanel.d.williams.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Announcement and request for information only. This is not a Request for Proposals and does not constitute a commitment, implied or otherwise, that the Government will take procurement action on this matter. Requests for a solicitation will not receive a response. The Government will not be responsible for any cost incurred in furnishing information provided under this Sources Sought Announcement. Responses will assist the Government in determining potential responsible sources and to determine the technical capability of the domestic services base. 1. GENERAL: Contractor will have the capability to provide comprehensive services such as furniture technical design and space planning services; furniture products and ancillary products/services; delivery, assembly, project management and installation of new/reconfigured furniture; disposal/recycling of old furniture; and services, including carpeting, window treatments, and furniture moving services. Contractor will be local and required to meet Headquarters requirements in a timely manner 1-2 days. 1.1 WORK REQUIRMENTS will be defined in individual scopes of work issued with each order (call) under this BPA, if and when requested by the Government in accordance with the terms and conditions of the awarded BPA. Each response to a call will, as a minimum, include the scope of work, the estimated cost for that work, and the primary point of contact for the specific order (call). 1.2 HOURS OF WORK: The contractor shall accomplish normal on-site services between the hours of 7:00 AM and 5:00 PM, Monday thru Friday, as coordinated with the agencies Contracting Officer Representative (COR). No work shall be performed on weekends or Federal Holidays without prior coordination with the Contracting Officer (KO). 1.3 EMERGENCY SERVICES shall be available as needed. 1.4 RESPONSE TIME: Services shall be responded to as scheduled and coordinated with the COR and or designated ordering officers. It is to be expected that emergency on-site repair services shall be required to be responded to within four hours of being notified of the emergency. 2 PERSONNEL 2.1 Point of Contact (POC). The Contractor shall provide a primary Point of Contact who shall be responsible for the delivery and performance of the work. The name of this person, and any alternate(s), to include duty hours and telephone numbers, shall have full authority to act on behalf of the Contractor's firm for the specific order (call) and shall be identified prior to performance. 2.2 The POC and any alternate(s) shall be able to fluently communicate in English. 2.3 The Contractor shall be accompanied at all times by personnel of Edgewood Area, Aberdeen Proving Ground in compliance with all DOD, Homeland Security, Federal and State laws and regulations. 2.4 Contractor personnel shall wear distinctive clothing bearing the company's name or wear a badge, which contains the company's name and the employee's name, picture and description, clearly displayed at all times while working at Edgewood Area, Aberdeen Proving Ground. 2.5 Protective clothing, footwear and other items shall be in compliance with OSHA and/or other Federal/State/local requirements. 2.6 The Contractor shall be responsible for the conduct and appearance of his employees while working on Edgewood Area, Aberdeen Proving Ground. The Contractor's employees shall remain fully clothed at all times while performing under this BPA; this includes shirts with sleeves, shoes and long pants. Tank tops, shorts and inappropriate tee shirts worn as outerwear are prohibited. The Contractor will be required to remove from the work site any employee working under this BPA for reasons of conduct, security, or found to be or suspected to be under the influence of alcohol, drugs and any other incapacitating agents. Removal from the work site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required. 2.7 All personnel employed by the Contractor in the performance of this BPA, or any representative of the Contractor entering the Government, shall abide by all the regulations of the installation. 3 VEHICLE REGISTRATION: The Contractor shall comply fully with the vehicle registration requirements regarding contractor-owned and contractor employee privately owned vehicles (POVs) as set forth in the Edgewood Area, Aberdeen Proving Ground vehicle regulation 190-5. Any questions regarding this regulation may be directed to (410)306-0509. Please be advised that Contractor vehicles and contractor employee POVs are subject to searches if the appropriate passes/decals are not displayed when entering Edgewood Area, Aberdeen Proving Ground Access Control Points (ACPs). All vehicles, including those with passes/decals, are subject to random search at any time. All vehicles without either a military decal or GSA tags are required to enter Edgewood Area, Aberdeen Proving Ground through designated Access Control Point (ACP) for inspection. 4 CONTRACTOR FURNISHED ITEMS AND SERVICES. 4.1 Certificates, Licenses, Training and Permits. The Contractor shall, at no additional cost to the Government, obtain all certificates, licenses and permits required for performance of BPA services, and for complying with all applicable local, state, and Federal laws, rules and regulations. Contractor shall provide training certificates and authorized factory servicing agreements upon request. 4.2 Reporting Relationship: Upon arrival at the job site, the service personnel will report to the installation COR/Ordering Officer. The Facility Manager will assist in the access to work sites and identification of priorities as necessary. 4.3 Schedule: Contractor shall submit work schedule for government coordination prior to start of service on all BPA calls. 4.4 Services Required: 4.4.1 Project Management -Project Supervisor -Project coordinator onsite 4.4.2 Assets management & Reconfiguration/Relocate Management -Inventory survey in fields -Truck driver & 24' truck with a lift gate -Transportation inventory from including box truck disposal of inventory 4.4.3 Reconfiguration/Relocation Management -Installation Supervisor -Warehouse technician/In-house Installer -Installation Technician -Installation stair carry 4.4.4 Furniture Design Layout -Design Manager -Design Technician 4.4.5 Assets Maintenance -Furniture service technician -Furniture cleaner -Furniture refinisher -Steam/Extraction cleaning machine, solvent -Furniture Upholster 4.4.6 Ancillary Repair & Alterations (support small scale projects 1-3 rooms/as needed during reconfiguration efforts) -Carpenter -Electrician -HVAC Mechanic -Plummer -Painter -Carpet Installer 4.4.7 Landscaping -Mulching -Grass cutting -Flower Maintenance -Lawn Maintenance -Grounds Maintenance QUALITY ASSURANCE SURVEILLANCE PLAN BLANKET PURCHASE AGREEMENT for FACILITY & LOGISTIC SUPPORT SERVICES Joint Program Executive Office-CBD EDGEWOOD AREA, ABERDEEN PROVING GROUND, MARYLAND DESCRIPTION OF SERVICES This Quality Assurance Surveillance Plan (QASP) will establish oversight and surveillance for the Blanket Purchase Agreement (BPA's) for the Facility and Logistic Support Services located at Edgewood Area, Aberdeen Proving Ground, MD. WORK REQUIRING SURVEILLANCE: The contractors shall in accordance with the terms and conditions set forth in the awarded BPA, and more particularly in each individually placed call for work, furnish all services, materials, plant, labor, investigations, studies, superintendence and travel as necessary for the performance of the work specified herein. KEY MILESTONE/DELIVERABLES TO BE ASSESSED: At a minimum the following milestones and associated deliverables will be evaluated in accordance with this QASP. Each BPA Call will include a Performance Work Statement (PWS) for the required performance, a quote for the intended service, and an estimated delivery schedule as coordinated with the school's logistic and engineering director. PERFORMANCE STANDARDS FOR KEY MILESTONES/DELIVERABLES: Since Each BPA price is fixed (Firm Fixed Price) the contractor's performance will be evaluated by assessing the key milestone/deliverables described in accordance to the two standards: Quality and timeliness. For each of these performance standards, the POC at Edgewood Area, APG who request or places the call will assign one of three ratings to the contractor's performance: Superior, acceptable, or unacceptable as shown Exhibit 1 listed below: PERFORMANCE STANDARD SUPERIOR PERFORMACE ACCEPTABLE PERFORMANCE UNACCEPTABLE PERFORMANCE QUALITY Contractor exceeds the requirements in the BPA call. Deliverables/milestones were exceeded and no revisions or re-work was required Contractor met the requirements in the BPA call. Deliverables/milestones were met and no revisions or re-work was required Contractor did not meet the requirements in the BPA call. Deliverables/milestones were not met and required further coordination for revisions or re-work TIMELINESS. Contractor provides acceptable milestones/deliverables ahead of schedule Contractor provides acceptable milestones/deliverables on schedule Contractor provides acceptable milestones/deliverables behind schedule. RESPONSES ARE DUE NO LATER THAN 1 July 2014 at 3:00 pm EST. The Government reserves the right to close this Sources Sought Notice once it has received an adequate number of responses. All requests for further information must be made via email. Telephone requests for additional information will not be honored. For questions, potential respondents shall email the Contracting Officer at chanel.d.williams.civ@mail.mil Contracting Office Address: ACC-APG - Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Tenant Division 6001 Combat Drive, Aberdeen Proving Ground, MD 21005-1846 Commercial Phone: 443-861-4741 Place of Performance: U.S. Army Aberdeen Test Center 400 Colleran Road Aberdeen Proving Ground, MD 21005 Point of Contact(s): Chanel D. Williams, 443-861-4741 chanel.d.williams.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f3904ed39f91b61faa644c2260832c6c)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03388395-W 20140608/140606234832-f3904ed39f91b61faa644c2260832c6c (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 |