Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOURCES SOUGHT

V -- Drayage Services for Government Offices on Oahu Army Installations - PWS and Q&A

Notice Date
10/16/2018
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
 
ZIP Code
96857
 
Solicitation Number
W912CN-19-Q-0007
 
Archive Date
11/8/2018
 
Point of Contact
Deborah Olivieri, Phone: 8086561043
 
E-Mail Address
deborah.l.olivieri.civ@mail.mil
(deborah.l.olivieri.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions for submission Performance Work Statement for Drayage Services This is a sources-sought announcement only, for market research purposes in accordance with Federal Acquisition Regulation Part 10. All responses will be used for market analysis in identifying the availability of potentially small businesses that may be used to determine the appropriate acquisition strategy for this requirement. The 413 th Contracting Support Brigade at Schofield Barracks, Hawaii is seeking commercial sources to provide all supervision, labor, material and equipment and vehicles to perform drayage services for government owned furniture, office equipment, troop gear and supplies located on Schofield Barracks (including East Range and Wheeler Army Airfield (WAAF)), Helemano Military Reservation (HMR), Tripler Army Medical Center (TAMC), and Fort Shafter. Services shall include disassembly and reassembly of standard office furniture; excluding modular furniture. No solicitation is being issued at this time, however the 413 th CSB intends to solicit a Firm Fixed Price Requirements contract with Task Orders issued per office relocation on an as needed basis. The current contract number is W912CN-14-D-0005 with Pacific Transfer LLC. Historical Data for the current contract is as follows: YEAR COST 2014 $10,965.70 2014 $13,584.00 2015 $16,368.00 2015 $8,280.00 2015 $8,088.00 2015 $11,160.00 2016 $2,840.00 2016 $4,656.80 2016 $792.05 2016 $43,323.00 2017 $14,641.20 2017 $68,011.74 2017 $14,856.20 2017 $801.59 2017 $458.05 2017 $13,446.40 2017 $28,585.20 2018 $85,824.50 2018 $28,174.00 2018 $13,545.50 2018 $39,257.64 2018 $14,634.04 The anticipated CLIN structure is as follows: CLIN 0001 -Transportation/Travel/Relocation: Perform drayage services in accordance with the Performance Work Statement. Price for drayage services is based on the weight of the office furnishing and packed boxes. (Pounds to include material weight, labor, & transportation) CLIN 0002 - Materials: Provide all materials, supplies, boxes, and tape for drayage services in accordance with the performance work statement. (Each is equivalent to 1 new small box (16"L X 12"W x 12" H), price includes tape and other materials) It is anticipated that the contract performance period will include one basic period from 7 January 2019 to 6 January 2020 and four (4) one-year option periods extending through 6 Jan 2023. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 484210, Used Household and Office Goods Moving. The size standard for NAICS 484210 is $25.5M. The government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide the aforementioned information, along with interest and capability statements, utilizing the attached Experience Questionnaire NLT 24 October 2018. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration (please limit to no more than two pages-separate from questionnaire limitation) are requested to be submitted in writing with the capabilities statement due on NLT 24 October 2018. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential vendor’s are reminded that in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential vendor’s to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be emailed to Deborah Olivieri, Contract Specialist, 413 th Contracting Support Brigade at deborah.l.olivieri.civ@mail.mil. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9267529693d94e0f74847c111a4e0ac7)
 
Place of Performance
Address: Various Locations throughout Oahu, Schofield Barracks, Hawaii, 96854, United States
Zip Code: 96854
 
Record
SN05125777-W 20181018/181016230536-9267529693d94e0f74847c111a4e0ac7 (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  © 1994-2020, Loren Data Corp.