SOURCES SOUGHT
R -- SERVICES:Weekly Relocation and moving Services
- Notice Date
- 6/24/2014
- Notice Type
- Sources Sought
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24814Q1304
- Archive Date
- 7/24/2014
- Point of Contact
- Clarelle Sylvain
- E-Mail Address
-
2.7589<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley Veterans Hospital, Tampa, FL is currently seeking firms, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, Hub zone, 8(A), Woman Owned Small Business OR Small Business with the ability to provide the items listed below. The contractor shall provide services to remove office furniture, equipment and related supplies from the existing location, transport the items to the new location, and place them according to the direction of the Facility Management Service's (FMS) Supervisor or designated representative. The contractor shall provide all management, tools, (electrical and manual), supplies, equipment and labor necessary to perform furniture disassembly, furniture reassembly, medical and non-medical equipment moving, and general furnishing relocation services at the James A Haley Veterans' Hospital, 13000 Bruce B. Downs Blvd, Tampa Florida 33612 as well as all Community Based Outpatient Clinics (CBOC) and other leased space as noted in "attachment A". The contractor shall provide a licensed driver and a truck suitable for transporting items required by this task order when required. The truck shall be equipped with a lift. All contract workers will work safely and professionally complying with OSHA regulations. Personal safety equipment such as back braces and steel toed shoes will be provided by the contractor. Contractor shall provide in total 1,500 moving boxes size (24x16x12) when requested by FMS Supervisor. The period of performance shall be contingent to award date for base year, with four additional option years at the Government's discretion. NOTE: NUMBER OF HOURS IS AN ESTIMATE ONLY Determination of award will be based on the best value to the Government considering the following factors: 1.Contractors' capability to provide qualified workers as required in the following Work Statement and special qualifications as demonstrated by past performance 2.Pricing Basic Services: 1.All work shall be performed by skilled and trained personnel. The contractor shall provide all necessary labor, travel, parts, tools, supervision, equipment, dollies, marking tags, boxes and coordination. 2.The contractor shall provide two (2) workers, every Monday, Wednesday and Thursday, from 0730 - 1600 (an eight hour work day) to perform relocation services at the Tampa facility and facilities leased by or under the supervision of the Tampa facility. Typical work may include movement of desks, chairs, modular partitions, modular furniture, medical and non-medical equipment (less than 300 pounds), refrigerators, filing equipment, and other office furnishings. 3.Additional days and for hours of moving services may also be ordered on an as-needed basis. Typically there has been an additional eight days per month of relocation services required in addition to the regular scheduled move days. There may be major moves that will require additional days or additional workers. 4.The VA retains the right to designate any other days of the week as the "standard" move days upon thirty (30) days' notice to the contractor. 5.The contractor shall perform these services in accordance with the Occupational Safety and Health Administration (OSHA) and the American National Standards Institute (ANSI) safety guidelines. 6.It is expected that all tasks shall be performed in a neat, professional workmanlike manner, to present a good appearance. The Facility Management designated storage area for excess furniture shall be maintained in a neat, clean and orderly manner. 7.All furnishings which require assembly shall be plumb, square and solidly put together. 8.Any damage to VA property, (floors, wall, furniture, etc.) will be promptly repaired by the contractor or sub-contractor, or the next monthly invoice will be withheld pending the completion of any outstanding repair work. The contractor shall be fully responsible for any repair and all damage to VA property, floor finishes, wall paint, furniture, equipment, etc. which results from the activities, negligence, or carelessness of its employees or subcontractors. Any and all damages shall be immediately brought to the attention of the COR by the end of that work day. If hidden damage is not discovered on the day the work is performed it shall be repaired within 72 hours of notification to the contractor by the VA. 9.In cases of disputes between the COR and the contractor, the contractor shall notify the Contracting Officer, in writing as soon as possible, to avoid delay in conflict resolution. If the Contracting Officer is not notified in writing within thirty (30) days of the date of the incident, the incident shall be considered to have been resolved to the satisfaction of the contractor. 10.COR is a Facilities Management Employee. Insurance Requirements: 1.The contractor agrees to procure and maintain, while the contract is in effect Worker's Compensation, Employer's Liability and General Liability Insurance in accordance with the laws of the State of Florida. The policy shall provide coverage for Public Liability limits of not less than the statutory limitation for any one accident, and at least meeting the statutory limitations if more than one person is involved. 2.Before commencing work under the contract, the Contractor shall furnish to the Contracting Officer certificate of insurance indicating the coverage outlined herein and containing an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day advance written notice of cancellation or change is furnished the Government. CBOCs AND OTHER LEASED SPACE Port Richey Outpatient Clinic 9912 Little Rd. New Port Richey, FL 34654 Brooksville Community Based Outpatient Clinic 14540 Cortez Boulevard Suite 108 Brooksville, FL 34613 Lakeland Community Based Outpatient Clinic 3240 S. Florida Ave. Lakeland, FL 33803 Zephyrhills Community Based Outpatient Clinic 6937 Medical View Lane Zephyrhills, FL 33542 *The below leased facilities are located in close proximity of the James A. Haley Veterans Hospital. A complete address and directions will be provided with all requirements for these areas: 46th Street, Temple Terrace, FL Fowler & Nebraska, Tampa, FL Winners Circle, Tampa, FL Businesses responding shall indicate their socio-economic status for example: small business disadvantaged small business, HUBzone, woman owned business, veteran owned small business, service disabled veteran owned small business, etc. The Small Business Administration website has the small business defined: http://pro-net.sba.gov/cgi-bin/closemesba.pl?TO=https%3A%2F%2Feweb1%2Esba%2Egov%2 Fnaics%2F. Respondents shall indicate their status as a foreign-owned or foreign-controlled firm and any contemplated use of foreign national employees on this requirement. The NAICS code for this sources sought is 484210, Used household and office goods moving. This has a size standard of $25.5 million. The government reserves the right to consider a small business set-aside based on responses to these sources sought. All information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability documentation received will factor into any possible forthcoming solicitation. Interested individuals shall provide a capability statement, to include complete address, phone & fax number of contact. All emails from interested parties must be received by 05:00 PM, June 24th,2014. Email address is as follows, Clarelle.sylvain@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814Q1304/listing.html)
- Record
- SN03404561-W 20140626/140625022121-a87babc11886203750a576e4508699ee (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 |