SOLICITATION NOTICE
V -- Consolidation/Relocation Move - Consolidation/Relocation Information
- Notice Date
- 10/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-15-M-L002
- Archive Date
- 11/18/2014
- Point of Contact
- Denina L. Solomon, Phone: 6612779659, Deidra A. O'Neal, Phone: 6612778777
- E-Mail Address
-
denina.solomon@us.af.mil, deidra.oneal@us.af.mil
(denina.solomon@us.af.mil, deidra.oneal@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Supporting Documents Consolidation/Relocation move Supporting Documents Consolidation/Relocation move Supporting Documents Consolidation/Relocation move Supporting Documents Consolidation/Relocation move This acquisition is a 100% Small Business Set-Aside Solicitation number: F1S1AB4276B001 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ). This solicitation also uses FAR Part 8 and the simplified acquisition procedures contained in Part 13. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-77 (effective 14 OCT 2014) and DFARs Change Notice (DCN) 20141014 (effective 15 OCT 2014), AFAC 2014-1001 (effective 01 OCT 2014). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable. NAICS is 484210 with a small business size standard of $27.5M. FSC code is V999. The Air Force Test Center, Directorate of Contracting, Edwards AFB, CA is seeking to purchase. This is the request for quotation (RFQ). Award will be made to lowest price, technically acceptable offer. This is an "All or None" acquisition, incomplete quotes will not be considered. Quotes shall state delivery time as estimated from after receipt of order (ARO). REQUIREMENT: The contractor shall provide all supervision, labor, equipment, and materials necessary to perform all operations for the relocation of office furniture, office equipment, supplies, file cabinets, aircraft tools, aircraft support equipment, safes, and associated items for approximately 100 personnel in relocating items from buildings 1630 and 1635 to buildings 1207, 1212, 1219, and 1221 in accordance with the Statement of Work, dated 4 Oct 2014, Attachment 1. Performance period will be between December 1, 2014 and December 12, 2014. A site visit will be conducted on 05 November 2014. Please refer to Attachment 2 for details and instructions. Questions resulting from this combined synopsis/solicitation and/or from the site visit may be submitted to denina.solomon@us.af.mil no later than 13 Nov 2014 at 12:00 p.m. PDT. EVALUATION OF OFFERS: Award will be made to the lowest priced, technically acceptable quote. Technically acceptable offers will meet all requirements in the attached Government's Statement of Work, Attachment 1. Interested parties who believe they can meet all of the requirements for the items and services described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. In addition to those provisions online in SAM, offerors are instructed to complete the provision DFARS 252.209-7999. This must be signed and dated at the bottom and returned with offeror's quote. (DFARS 252.209-7999 see Attachment 3.) Service Contract Act Wage Determination will apply. Wage Determination 2005-2043, Rev 17 is attached (Attachment 4). The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses (APR 1984) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-06 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-10 Prohibition in Contracting with Inverted Domestic Corporations (MAY 2012) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (APR 2014) Provision at 52.212-2 -- Evaluation -- Commercial Items. (OCT 2014) The Government will award a 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: Lowest Price Technically Acceptable 52.212-3 Offeror Representations and Certifications -- Commercial Items (OCT 2014) 52.212-3 (ALT I) Representations and Certifications-Commercial Items (OCT 2014) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (OCT 2014) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Representations (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor---Cooperation with Authorities and Remedies (JAN 2014) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Act of 1965 (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute 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 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.233-1 Disputes (MAY 2014) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit (APR 1984) 52.243-1 Changes- Fixed Price (AUG 1987) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction under any Federal Law (Deviation) (JAN 2012) (See Attachment 4. This form must be filled out, signed and returned with quote.) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7006 Billing Instructions (OCT 2005) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) 5352.201-9101 Ombudsmen (APR 2014) AF 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [ insert any additional requirements to comply with local security procedures ] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [ insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management ] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. All quotes are to be sent via email to denina.solomon@us.af.mil or mailed to AFTC/PZIEB, 5 South Wolfe Ave., Edwards AFB, CA 93524-1185, attention: Denina L. Solomon. The phone number is 661-277-9659. Responses are due into the office no later than 10 Nov 2014 at 12:00 p.m. PDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-15-M-L002/listing.html)
- Place of Performance
- Address: 70 N. Wolfe Ave, Edwards AFB, CA 93524, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03560494-W 20141031/141029235857-62e98b3d815c81b605f73c27385504a4 (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 |