Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOURCES SOUGHT

99 -- AFMC Moving Services

Notice Date
12/5/2019 10:23:45 AM
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-20-AFMC_Moving_Services
 
Response Due
12/18/2019 1:30:00 PM
 
Archive Date
01/02/2020
 
Point of Contact
William B. Gevedon
 
E-Mail Address
william.b.gevedon@usace.army.mil
(william.b.gevedon@usace.army.mil)
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately.The proposed contract is a Moving Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract to support moving tenants during the renovation of the Air Force Materiel Command (AFMC) Headquarters (HQ). These tenants need to be moved to and from swing space and between areas within the complex. The contractor shall provide staff, supervision, supplies, transportation, equipment necessary to relocate, reconfiguration, and installation of existing office furniture and equipment on a task order basis. Critical work to be performed is as followsFurniture and Office Equipment Installation/Reconfiguration Services: Disassemble and assemble office furniture including work stations, systems furniture, storage furniture, ancillary furniture, and all other office equipment (e.g. Computers, Safes, telephones, etc.).Furniture and Office Equipment Relocation Services: Relocate office furniture and equipment as required for reconfigurations and for management of existing furniture inventory, including relocations within and between the AFMC HQ and off base temporary storage facility. The contractor will be responsible for transportation to and from destinations; delivering and placement of property to designated room(s)/office(s) within facilities; and removal and disposal of all packing and crating materials from the premises of the Government.The Government intends to award this IDIQ contract to a single contractor. The contract ordering period is estimated at 1,825 calendar days. The estimated ceiling for this contract is $15,000,000.00. NAICS code is 484210. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 18 December 2019 by 5 pm Eastern Standard Time. Responses should include: 1. Identification and verification of the company’s small business status.2. Contractor’s Unique Identifier Number and CAGE Code(s).3. Descriptions of Experience - Interested moving firms must provide descriptions of up to (3) three projects completed by you as the prime contractor within the last 7 years which are similar to this project in size and scope. a. Projects similar in scope to this project must include: • Office building moving services; • Furniture and office equipment relocation services; and • Furniture and office equipment installation and disassembly servicesb. Projects similar in size to this project must include: • Moving services for office buildings 150,000 Square Feet or larger; or • Moving services for office buildings with 600 personnel or greater c. Based on the definitions above, for each project submitted, include: Scope of the project. Please make sure you discuss experience in the following three areas if applicable. Size of the project (combined building SF, number of employees moved, etc.) The portion and percentage of work that was self-performed. Describe the work your company self-performed. Provide 2 references4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished.NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.Interested Offerors shall respond to this Sources Sought Synopsis no later than 18 December 2019 by 05:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Blake Gevedon, Contract Specialist, at: william.b.gevedon@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7df4542ec3d466aa278407fe7e5b4e5/view)
 
Record
SN05510562-F 20191207/191205230250 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.