Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2015 FBO #5030
SOLICITATION NOTICE

V -- Pick-up and Delivery Furntire/Appliances for Osan AB

Notice Date
8/30/2015
 
Notice Type
Presolicitation
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
411th CSB (PARC Korea), Unit #15289, APO, AP 96205-5289
 
ZIP Code
96205-5289
 
Solicitation Number
MOVINGFURNTIRE-APPLIANCES
 
Response Due
9/14/2015
 
Archive Date
10/29/2015
 
Point of Contact
Hong, Myong Hui, 0118227914-8650
 
E-Mail Address
411th CSB (PARC Korea)
(myonghui.hong.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis Announcement: 31 Aug 2015 Subject: Pick-up & Delivery Furniture for Osan Air Base. Attachment: PWS Subject: This is a Synopsis Announcement. Pick-up & Delivery Furniture for Osan Air Base will be posted in ASFI. Description: This is a synopsis 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 PWS; proposals are being requested and a written solicitation will be issued. The 411th Contracting Support Brigade (CSB) Korea intends to award Pick-up & Delivery Furniture for Osan AB. This requirement is commercial items that the contractor shall provide all necessary personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal service necessary to perform to 51 CES, Osan Air Base. All required materials, labor, equipment and technology are available locally and there is nothing inherently specialized or unique about the project that requires the present of Invited Contractors (IC) under the Status of Forces Agreement (SOFA). Government Agency: 411th CSB, Korea, ATTN: CCEC-KOY-SB, Unit #15289, APO AP 96205 Government Agency POC: Contracting Officer: Sandra E. Ortiz Tel: 315-724-6559, Email: sandra.e.ortiz.civ@mail.mil Contract Specialist: Ms. Hong, Myong Hui, Tel: 315-724-8650, Email: myonghui.hong.ln@mail.mil PERFORMANCE WORK STATEMENT (PWS) Pick-up & Delivery Services for Osan Air Base 1. GENERAL: This is a non-personnel services contract to provide Pick-Up & Delivery Furniture/Appliances, Osan Air Base. The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Pick-Up and Delivery Furniture/Appliances as defined in this Performance Work Statement (PWS). The contractor shall perform to the standards in this contract. 1.2. Scope: The contractor shall provide labor, material, equipment, and transportation to load, transport, and unload government-owned furniture, appliances and other miscellaneous household items to and from the Furnishing Management Warehouse (FMW) and residences either on Osan Air Base (Dorm/Military Family Housing/General Officer Quarter/Senior Officer Quarter) or command-sponsored personnel off-base within a 35-mile radius of the Osan Air Base and between Furnishing Management Section (FMS) warehouse on Osan Air Base. 1.3. Period of Performance. Base Year1 January 2016 - 31 December 2016 1st Option Year1 January 2017 - 31 December 2017 2nd Option Year1 January 2018 - 31 December 2018 3rd Option Year1 January 2019 - 31 December 2019 4th Option Year1 January 2020 - 31 December 2020 1.4. Hours of Operation: The contractor shall have a responsible for conducting business, between the hours of 0730 - 1630, Monday thru Friday except U.S. Government legal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. U.S. Government legal holidays (1) 1 January (New Year's Day) (2) 3rd Monday, January (Dr. King's Birthday) (3) 3rd Monday, February (President's Day) (4) Last Monday, May (Memorial Day) (5) 4 July (Independence Day) (6) 1st Monday, September (Labor Day) (7) 2nd Monday, October (Columbus Day) (8) 11 November (Veterans' Day) (9) 4th Thursday, November (Thanksgiving Day) (10) 25 December (Christmas Day) ROK legal holidays (1) 1 and 2 January (New Year) (2) Lunar New Year (31 December, 1 and 2 January on the Lunar Calendar) (3) 1 March (Independence Movement Day) (4) 1 May (Labor Day) (5) 5 May (Children's Day) (6) Buddha's Birthday (8 April on the Lunar calendar) (7) 6 June (Memorial Day) (8) 17 July (Constitution Day) (9) 15 August (Liberation Day) (10) Chu-Suk (14, 15, and 16 August on the Lunar Calendar) (11) 3 October (National Foundation Day) (12) 25 December (Christmas Day) 1.5. Quality Control Plan. The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP shall be provided to the KO and COR within 30 calendar days after the contract is awarded and shall be updated thereafter to maintain an effective and efficient quality control program. The Government will make review and acceptance of the QCP and any subsequent changes within 10 days after receipt of the revised QCP. After acceptance of the QCP the contractor will receive the Contracting Officer's acceptance in writing of any proposed change to his QC system. At a minimum the QCP should address: Overall contract management and administration. Describe a method acceptable to the Government of identifying deficiencies in the quality of service performed under this contract before the level of performance becomes unacceptable and address processes for corrective actions without dependence upon Government direction. Establish an inspection system covering all services required by this contract. This plan shall specify areas to be inspected on either a scheduled or an unscheduled basis and the title of the individual who will do the inspection. Contain specific quality control techniques and standards for contract services identified in all PRS and Inspection of Services Clause list. The quality control methods shall be comprehensive and adaptable to the reporting systems of the QCP. Control measures must be specified and metrics developed to ensure accurate program monitoring. Require documentation of all contractor quality control inspections and corrective actions to be maintained by the contractor throughout the term of this contract. Inspection documents and the corrective action taken shall be made available to the KO or designated representative. 1.6. Quality Assurance (QA). The Government will evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.7. Security Requirements. The Contractor and employees shall comply with all security requirements imposed by the local installation commander at all times while on this military installation. 1.8. Safety. The contractor shall be held responsible for ensuring that all work performed under this contract is accomplished in accordance with the Air Force Occupational Safety and Health Standards in AFOSH 91-46, AFOSH 91-56, AFOSH 91-20 and AFOSH 91-66. 1.9. Inclement Weather. The contractor shall not perform any requirements of this contract during inclement weather, as determined by the COR. The contractor's work schedule shall be coordinated with the COR during periods of inclement weather. 1.10 Contractor Qualification Requirement: 1.10.1. Prime Offeror's Prior Experience: The contractor shall have minimum two (2) years prior experience within the last seven (7) years perform in furnishing and appliance pickup/delivery service. 1.10.2. Required License/Permission: The prime contractor shall possess all the required license/permission issued by the ROK Government. The prime contractor's license/permission shall not substitude by the sub-contractor. (a)Valid Business Registration ( ) (b)Business Registration and Cargo Vehicle Transportation Business permission( ) (c)Cargo Vehicle Transportation Forwarder Business Permission( ). 1.11. Sub-contractor plan: If sub-contractors are used, the contractor, shall have a sub-contractor plan to the KO with contractor's proposal. At minimum, the sub-contractor plan will include the following: (1) List of each sub-contractor by name. (2) Purpose/scope of each sub-contractor. (3) Sub-contractor Agreement signed by both the prime contractor and sub-contractors. 1.12. Personnel/Key Personnel. 1.12.1 Key Personnel are as follows: Contract Manager. 1.12.2. Before removing, replacing, or diverting any of the listed or specified key personnel, the Contractor shall: (1) Written notification to the Administrative Contracting Officer (ACO) reasonably in advance (14 calendar days is considered reasonable); (2) Submit justification (including proposed substitutions with resumes of equal qualifications stated in this section 1.12.3.1) in sufficient detail to permit evaluation of the impact on this contract; and (3) Obtain the Contracting Officer's written approval. Notwithstanding the foregoing, if the Contractor deems immediate removal or suspension of any member of its management team is necessary to fulfill its obligation to maintain satisfactory standards of employee competency, conduct, and integrity under the clause at 48 CFR 970.5203-3, Contractor's Organization, the Contractor may remove or suspend such person at once, although the Contractor shall notify the Contracting Officer prior to or concurrently with such action. 1.12.3. The list of key personnel may, with the consent of the contracting parties, be amended from time to time during the course of the contract to add or delete personnel so long as the aforementioned items are addressed. 1.12.3.1. Contract Manager (CM): The contractor shall provide a Contract Manager (CM) who shall be responsible for overseeing the performance of the work. The CM shall have full authority to act for the contractor on all matters relating to daily operations of this contract. The CM shall have a minimum two (2) years of experience as CM within the last seven (7) years in furnishing and appliance pickup/delivery service. The CM shall be available during normal duty hours within 60 minutes to meet on Osan AB with Contracting Officers Representative (COR) to discuss any issued with contract performance. The CM must be able to read, write, speak, and understand English fluently. Alternate Contract Manager (ACM) : The ACM, in CM's absence, shall have full authority to act for the contractor on all contract matters relating to daily operations for this contract, shipments, service arrangements and instructions during operational hours. 1.12.4. Escort Privilege: The Government requires the contractor to apply for and obtain individual escort passes for its personnel who perform this contract. Limited escort privileges are allowed for the CM or supervisor to escort three (3) personnel for production purposes only. It shall be the contractor's responsibility to ensure that the escorting official has full control over escorted individuals at all times. Any individual found on the installation unsecured may be subject to limited or no access depending on the installation commander. 1.12.4. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to obtain and wear badges in the performed of this service. 1.13. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, COR, and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 2. DEFINITIONS. 2.1. Standard Definitions: Defective Service: A service output that does not meet the standard and performance stated in Specific Tasks. Quality Assurance: Those actions taken by the Government to assure services meet the requirements of the PWS. Contracting Officer Representative (COR): A government person responsible for Surveillance of contractor performance. COR/Contractor Communications: The contractor shall provide means of contact to maintain communication with the COR/FMS. The contractor shall provide key employees contact information for use in communicating with COR's during normal and after duty hours. Quality Assurance Surveillance Plan: An organized written document used for quality assurance surveillance. This document contains specific methods to perform surveillance of the contractor. 2.2. Acronyms: FMW: Furnishing Management Warehouse FMS: Furnishing Management Section QCP: Quality Control Program QASP: Quality Assurance Surveillance Plan ACO: Administrative Contracting Officer COR: Contracting Officers Representative CM: Contract Manager CDR: Contract Discrepancy Report GFM: Government Furnished Services/Materials 3. GOVERNMENT FURNISHED SERVICES/MATERIALS (GFM): 3.1. Government Furnished Equipment and Service: The Government will provide Forklift and Driver. Any time the contractor uses one of the above services, the CM shall immediately report to the COR all of the detail. The CM shall be required to submit to the COR, in writing, within two (2) calendar days, the details surrounding the use of this service. 3.2. GFM. The Government will provide material for palletization: wood pallets, banding straps and banding clips. 4. SPECIFIC TASKS: 4.1. The contractor shall provide labor, material, equipment, and transportation to load, transport, and unload government-owned furniture, appliances and other miscellaneous household items to and from the Furnishing Management Warehouse (FMW) and residences either on Osan Air Base (Dorm/MFH/GOQ/SOQ) or command-sponsored residences off-base, within a 35-mile radius of the Osan Air Base. 4.2. When moving property, the contractor shall follow proper handling procedures as indicated below. 4.2.1. Large or multiple-piece items require some disassembling by the contractor to better use truck space. Upon delivery, contractor shall be required to reassemble the items. Contractor shall place all furniture wherever occupant requests within quarters (one time only). 4.2.2. When removing or returning furniture or equipment to the US Government warehouse contractor shall ensure padding or covering is put back to prevent damage or accumulation of dust. 4.2.3. The Contractor is responsible for damage to any furniture or equipment during the transit and any damage to occupant quarters or property due to fault or negligence on the part of the contractor by the COR. 4.2.4. All Furniture and Appliances are shall be protected by utilization of contractor furnished padding. 4.2.5. When unloading property from the truck at the US Government warehouse, the contractor shall ensure that items are placed in the proper location specified (Bldg 2468, 2485, 2498) within the warehouse unless otherwise designated by the COR. 4.2.6. When returning damaged items to FMS warehouse, the contractor shall place the items in a location specified by the Furnishing Management Representative. 4.2.7. When returning damaged items to FMS warehouse (Bldg 2468, 2485, 2498) the contractor shall ensure that items are palletized with banding. 4.2.8. The government will provide all pallets and banding material for delivery of damaged items to OSAN DRMO yard area. 4.3. Pick-Up Information: 4.3.1. NLT 4:30 p.m. on the day prior to performance of services, FMS will advise the Contractor of the estimated quantity of furnishings or appliances to be moved. 4.3.2. The Furnishing management NCOIC, or his designated representative, will provide the contractor with the list of items to be picked up, location, and a weight estimate of the pickup. Pickup coordination with the occupant of will be responsibility of the Furnishing management section. 4.3.3. The contractor shall place appliances and furniture in housing and dormitory units and rooms as requested by FMS personnel. 4.3.4. The contractor will install and connect all appliances such as; electric ranges, refrigerators, clothes washers, dryers (electric/gas), dish washers, and microwaves as requested by FMS personnel. Exception: The contractor shall not connect or plug in appliances to non-US standard utility connections. The contractor shall ensure appliances are leveled and clean with exterior labels, tape, marks, and handprints removed. The contractor shall test electric ranges to ensure proper function. The contractor shall set refrigerators to the lowest possible setting, operate dryers and ensure washers fill with water, exhibit no leaks, and properly spin. 4.3.5. When returning Government property to FMS warehouse, the contractor shall place furniture and appliances in designated location (Bldg 2468, 2485, 2498) order by FMS personnel. 4.3.6. Contractor employees are strictly prohibited from smoking while actually performing the contract and any time in any warehouse containing Government Furnishings. 4.3.7. The contractor shall pick-up wood pallets from Base BX and Inbound TMO requested by COR or FMS personnel. 4.4. Disposal Information: The contractor shall dispose of all packing material when unpacking furniture for scheduled appointments. Packing material includes all cardboard, plastic, and banding material. Disposal shall be done off-base in full compliance with all existing Republic of Korea Environmental Laws and Regulations. The contractor shall be responsible for any permit or fees associated with the use of any off-base disposal locations. 5. PERFORMANCE REQUIREMENT SUMMARY (PRS): 5.1. All performance objectives will be rated and documented monthly. If it is determined that performance is unacceptable, the COR will inform the CM that performance is unacceptable, state the reasons why, and request re-performance of services, if appropriate. 5.2. Contract Discrepancy Report (CDR) - a CDR will be issued when unacceptable performance exceeds the deviation standards, as identified in the PRS below. A CDR will also be issued in the event of non-performance, after notification to perform, or when re-performance, (due to an unsatisfactory inspection rating), has not been accomplished within the terms of the PWS. 5.3. Unacceptable Performance: When re-performance is determined unacceptable or has not been completed in accordance with PWS, the COR will inform the CM that performance is still unacceptable, state reasons why, and request their initials and date on the surveillance form. 5.4. PRS Table: Performance ObjectivePWS ParagraphPerformance StandardAcceptable Quality Level (AQL)Method or Surveillance Specific TasksPWS Para 499% compliance 100%100% inspection by COR 6. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9da76d4a03e21d815bbb30c378a60fa5)
 
Place of Performance
Address: 411th CSB (PARC Korea) Unit #15289, APO AP
Zip Code: 96205-5289
 
Record
SN03862823-W 20150901/150830233244-9da76d4a03e21d815bbb30c378a60fa5 (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.