SOLICITATION NOTICE
V -- Bldg 500 Furniture Move
- Notice Date
- 7/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bldg 1109 Sixth Avenue, Fort Knox, KY 40121
- ZIP Code
- 40121
- Solicitation Number
- 0010547905
- Response Due
- 7/23/2014
- Archive Date
- 1/19/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- 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 solicitation number is 0010547905 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 484210 with a small business size standard of $25.50M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-23 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Fort Riley requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Phase I: Aug 11th - 15th, moving RMO Section to building 409. Refer Exhibit D along with 1.7.1. All items for relocation or storage will be identified during the site visit, please see Attachment 1. Other property not relocating to the above buildings will be relocated to connexs, which are located in the parking lot of building 500. Performance standards shall be individually evaluated by each individual phase schedule and will be priced separately. Services include the following: The Contractor shall provide all personnel, equipment, packing supplies, facilities, transportation, tools, materials, boxes, tape, supervision and all other items (non-personal services) necessary to perform the task as described within this Performance Work Statement (PWS). The furniture shall be disassembled at building 500, Fort Riley, Kansas 66442 and reassembled in accordance with the schedule in Exhibit D. Contractor shall provide transportation to and from work areas including fuel and any other specialized equipment such as dollies, lifts, and etc. All costs shall be covered by Contractor., 1, Job; LI 002: Phase II: Aug 18th - 22nd, (first) moving DPTMS Ops & HQ to building 407 and then (second) moving DPTMS Plans to building 1801. Refer Exhibit D along with 1.7.1. All items for relocation or storage will be identified during the site visit, please see Attachment 1. Other property not relocating to the above buildings will be relocated to connexs, which are located in the parking lot of building 500. Performance standards shall be individually evaluated by each individual phase schedule and will be priced separately., 1, Job; LI 003: Phase III: Aug 25th - 29th, (first) moving EEO to building 510, then (second) moving IRAC to building 406, and then (third) moving DPTMS Security to building 214. Refer Exhibit D along with 1.7.1. All items for relocation or storage will be identified during the site visit, please see Attachment 1. Other property not relocating to the above buildings will be relocated to connexs, which are located in the parking lot of building 500. Performance standards shall be individually evaluated by each individual phase schedule and will be priced separately., 1, Job; LI 004: Phase IV: Sep 2nd - 5th, moving Safety to building 200. Refer Exhibit D along with 1.7.1. All items for relocation or storage will be identified during the site visit, please see Attachment 1. Other property not relocating to the above buildings will be relocated to connexs, which are located in the parking lot of building 500. Performance standards shall be individually evaluated by each individual phase schedule and will be priced separately., 1, Job; LI 005: Phase V: Sep 8th - 12th, (first) moving PAIO to building 405, then (second) moving Garrison Command to building 405. Refer Exhibit D along with 1.7.1. All items for relocation or storage will be identified during the site visit, please see Attachment 1. Other property not relocating to the above buildings will be relocated to connexs, which are located in the parking lot of building 500. Performance standards shall be individually evaluated by each individual phase schedule and will be priced separately., 1, Job; LI 006: CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subContractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer?s Technical Representative (COTR) or also known as the Contracting Officer?s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor?s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. All of Fort Riley's buy terms apply to this solicitation. The following solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items; FAR PART 47, Transportation. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price purchase order will be awarded as a result of this solicitation. Please see FAR 13.004-Legal effect of quotations. Quote shall be good for 30 calendar days after close of Buy. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the government to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received prior to 21 July 2014 NLT 13:00PM (CST) may not be considered. IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. The Service Contract Act applies to the requirement. Contractor shall pay their employees at least the wages and fringe benefits found by the Department of Labor to prevail in the locality or, in the absence of a wage determination, the minimum wage set forth in the Fair Labor Standards Act. Please see Exhibit C_WD_Kansas under labor category 09040_Furniture Handler. If at anytime during this solicitation and/or performance of this contract the wage determination are revised, the soliciation or contract shall be modifed to include changes as required. The applicable NAICS code for this procurement is 484210 with the related size standard of $25.5 (dollars). The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability, past performance, and delivery of the item offered to meet the Government requirement. All evaluation factors other than price, when combined, are equally important as price (Lowest Price Technically Acceptable (LPTA)). The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3, 52.222-22, 52.209-2, 252.203-7005, 252.206-7000, Clauses: 52.202-1, 52.203-6, 52.203-7, 52.203-17, 52.204-10, 52.204-13, 52.204-9, 52.209-6, 52.209-10, 52.212-4, 52.212-5, 52.216-24, 52.216-25, 52.222-3, 52.222-17, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.223-5, 52.252-2, 52.252-6, 52.232-23, 52.232-39, 52.233-2, 52.233-3, 52.233-452.237-2, 52.237-11, 52.222-36, 52.209-6, 52.222-41, 52.222-42, 52.244-6, 52.246-4, 52.246-16, 52.228-9, 52.242-17, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000(when applicable), 252.204-7003, 252.204-7004 Alt A, 252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.244-7000, 252.225-7036 Alternate I, 252.247-7006. Under FAR Part 12, streamlined procedures for commercial acquisitions a debrief is not required. The government will not offer debriefs for this requirement. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests must be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the contracting officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Please add information on site visit and include statement. Site visit is at Contractor's cost and not the government. Please refer to Attachment_01. Please contact Contracting Specialist maria.c.espinosa.mil@mail.mil or Contracting Officer Jennifer.l.pacheco19.civ@mail.mil Performance shall start IAW with Exhibit D. No alternate schedule will be evaluated for award. Contractor shall delivery all required submittals IAW Section 5.8 of the Performance Work Statement (PWS), Exhibit B. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the RFQ solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/44db9485ede37e17fd281d9f2992386a)
- Place of Performance
- Address: See Place of Performance.
- Zip Code: -
- Zip Code: -
- Record
- SN03428524-W 20140719/140717235236-44db9485ede37e17fd281d9f2992386a (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 |