Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2019 SAM #6600
SOURCES SOUGHT

V -- Moving Services

Notice Date
12/23/2019 12:12:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
W7MV USPFO ACTIVITY AZANG 162 TUCSON AZ 85706-6060 USA
 
ZIP Code
85706-6060
 
Solicitation Number
W50S6S-20-Q-6001
 
Response Due
1/10/2020 1:30:00 PM
 
Archive Date
01/11/2020
 
Point of Contact
162d Wing Contracting, Contracting Officer
 
E-Mail Address
usaf.az.162-wg.list.msg-msc@mail.mil
(usaf.az.162-wg.list.msg-msc@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(1) This is a combined synopsis/solicitation 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 solicitation. Proposals are requested and a written solicitation will not be issued. (2) This solicitation/synopsis reference number is W50S6S-20-Q-6001 and is being issued as a Request for Quote (RFQ). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, Dated 12 Nov 2019. (4) This acquisition is 100% set-aside for small businesses. The North American Industrial Classification System (NAICS) Code is 484210 with an associated U.S. Small Business Administration size standard of $27.5 Million. (5) The Arizona Air National Guard intends to establish two (2) or more Blanket Purchase Agreements (BPAs) with qualified entities, capable of providing on-base relocation services at Morris Air National Guard Base and Davis-Monthan Air Force Base.� Any resultant BPA(s) will be valid for a period up to five (5) years.� There is no minimum or maximum guaranteed quantity.� The expected award date is 15 Jan 2020. Please note that a BPA is not a contract.� A BPA is a streamlined method for acquiring products or services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. (6) Delivery Terms: �FOB Destination Performance Locations: Morris Air National Guard Base Tucson, AZ 85706; Davis-Monthan Air Force Base Tucson, AZ 85707; Contract Manpower Reporting - https://ecmra.mil/ (7) The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.202-1 � Definitions FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204-19 � Incorporation by Reference of Representations and Certifications FAR 52.204-22 � Alternative Line Item Proposal FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 (Alt 1) - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial FAR 52.212-5 Dev - Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (DEVIATION 2013-O0019) FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 Dev - Notice of Total Small Business Aside (Deviation 2019-O0003) FAR 52.219-28 � Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Equal Opportunity for Workers with Disabilities FAR 52.222-50 - Combating Trafficking in Persons FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-18 � Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer� System for Award Management FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Alt I - Changes - Fixed Price FAR 52.246-4 - Inspection of Services -- Fixed-Price FAR 52.247-34 - FOB Destination FAR 52.249-4 -- Termination for Convenience of the Government (Services) (Short Form) DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000- Requirements relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 - Antiterrorism Awareness Training for Contractors DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.244-7000 - Subcontracts for Commercial Items (8) The following additional provisions and clauses are applicable to this procurement. FAR 52.212-3���� OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS Lack of active SAM registration will preclude contract award.� All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/portal/SAM FAR 52.237-1 -- Site Visit. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires 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 21050 Material Handling Laborer WG-2 21110 Shipping Packer WG-4 31364 Truck Driver, Tractor-Trailer WG-8 (End of Clause) �FAR 52.252-1 Solicitation Provisions Incorporated By Reference 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/these address(es): https://www.acquisition.gov/ (End of Provision) FAR 52.252-2 Clauses Incorporated By Reference 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): https://www.acquisition.gov/ (End of Clause) FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of Clause) (8) Evaluation The Government intends to award two (2) or more Blanket Purchase Agreements (BPAs) resulting from this solicitation to the responsible offerors whose quote conform(s) to the solicitation and represent the lowest priced technically acceptable; along with acceptable past performance.� Evaluation factors other than price, when combined, are approximately equal to price.� The following factors shall be used to evaluate offers: Factor 1 - Price All offerors must submit a firm fixed price quote with pricing breakdown, for a turn-key office relocation from Bldg. 40 to Bldg. 41T at Morris Air National Guard base.� Additional scope details are provided in the Office Relocation PWS, located in Attachment 6.� NOTE: The 162d Wing is subject to 50% AZ Transaction Privilege Tax. �Please include applicable taxes in quote.� The pricing breakdown must be all inclusive, to include, but not limited to: categories of labor, hourly labor rates and quantities, material costs, equipment costs, transportation with fuel, incidentals and subcontracting if applicable.� The Government reserves the right to request subcontractor pricing if applicable for consideration in price evaluations.� Subcontractor pricing if requested, must be broken down in the same fashion as prime contractor price breakdown. Offeror�s quotes will be evaluated for price reasonableness, accuracy and/or feasibility.� Elements of pricing will be reviewed against the scope of work to determine whether pricing is reasonable and appropriate for the work to be performed; reflect a clear understanding of the requirements and consistent with the unique methods of performance described in the offeror�s technical narrative.� Factor 2 � Technical - This factor will be evaluated to assess the probability of successful performance as they relate to relocation services, that either meets or exceeds the government�s requirements as defined in the PWS. The offeror must submit a technical narrative (max 5 pages not including cover sheet) with their quote addressing the sub-factors below: Sub-factor 1 - Technical Approach - For the Bldg. 40-41T relocation, summarize how the proposed work will be completed in a manner consistent with industry standards and/or practices which also satisfy PWS requirements.� The offeror must demonstrate a clear understanding of the nature and the scope of the work required. Failure to provide realistic, reasonable and complete information may reflect a lack of understanding of the requirements and may result in a determination that the vendor is technically unacceptable. Sub-factor 2 - Technical Capability � Provide the names of the key personnel, positions/titles.� Optionally, include years of relevant experience and/or certifications.� Provide a summary of local resources available (i.e. equipment and vehicles on hand). The evaluation will consist of assessing the Offeror�s approach and capabilities as demonstrated in the technical narrative, for accomplishing tasks outlined in the PWS. The offeror must demonstrate a clear understanding of the nature and the scope of the work required. The technical narrative must demonstrate an appropriate level of personnel and resources necessary to accomplish the requirements listed in the PWS. This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as offeror clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the offeror does not clearly meet the minimum requirements of the solicitation.� Failure to provide realistic, reasonable and complete information may reflect a lack of understanding of the requirements and may result in a determination that the vendor is technically unacceptable. FACTOR 3 � Past Performance The Government will analyze and consider the risk and confidence level illustrated by relevant, recent past performance in which the company has performed (see details below):� Sub-factor 1 - Reference List - Utilizing Attachment 3, the vendor shall provide contact information of past/current clients/customers (for services rendered within 3 years of solicitation closing date) who have had agreements/contracts of similar service to this requirement. The completed reference list must be submitted with offerors quote. Sub-factor 2 � Past Performance Questionnaire - To validate level of performance for references submitted listed on attachment 3, offerors must contact/solicit reference(s) to complete Attachment 4 � Past Performance Questionnaire (PPQ).� Completed PPQ(s) must be emailed from past performance reference directly to: usaf.az.162-wg.list.msg-msc@mail.mil� PPQs forwarded by the offeror or otherwise transmitted through the offeror will not be considered.� PPQ(s) must be received no later than the solicitation closing date/time for consideration. The Government will analyze and consider the risk and confidence level illustrated by relevant recent past performance in which the company has performed utilizing received past performance questionnaires and any sources available including, but not limited to: � Contractor Performance Assessment Reporting System (CPARS) � Federal Awardee Performance and Integrity Information System (FAPIIS) � Other Publically Available Information Recent - Recent past performance shall be performance that is either on-going or was completed within three (3) years of the solicitation closing date. Relevant - Relevancy is defined as follows: Relevancy Ratings Very Relevant The reference demonstrates experience with office relocation services under contract/agreement with federal, state or other government entities within the past three years Relevant The reference demonstrates experience with commercial relocation services under contract/agreement with other than federal, state or other government entity within the past three years. Semi-Relevant The reference demonstrates experience with other relocation services within the past three years. Not Relevant None of the above. Performance Ratings and Confidence Assessment. The following adjectival ratings shall be given to evaluated Offeror�s past performance references to rate the quality of the Offeror�s performance for that reference. The Offeror shall then receive one rating as an overall confidence assessment describing how well the Offeror is expected to perform given the Offeror�s performance history. More-recent and more-relevant past performance information shall have greater weight in the Offeror�s overall confidence assessment relative to less-recent and less-relevant information. Performance Confidence Assessments Rating Method Adjectival Rating Description Substantial Confidence Based on the offeror�s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available or the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence Based on the offeror�s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror�s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. (b) The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint.� However, the Contracting Officer reserves the right to hold discussions if necessary. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (9) Proposal Submittal and Inquiries Submit written offers only, oral offers will not be accepted. �Provide the following with your response: Required Submittals: Technical Narrative � Refer to evaluation Factor 2 BPA Price List � Utilizing attachment 5 � Note the BPA price list is a general list of minimum anticipated services, to be incorporated into any resultant BPA and will not play a factor into evaluation for BPA award.� BPA price list is subject to negotiation and alteration between the parties.� VENDOR INFORMATION: ENTITY NAME CAGE CODE POINT OF CONTACT PHONE NUMBER EMAIL ADDRESS Quote Expiration DATE Payment & DISCOUNT Terms Any requests for site visit must be emailed to the address below no later than 3:30 PM mountain std�time, Monday, 30 December 2019.� Note: One site visit is anticipated to be provided, details are to be determined depending on site availability and vendor interest Any questions must be emailed to usaf.az.162-wg.list.msg-msc@mail.mil no later than 3:30 PM mountain std�time, Friday, 3 January�2020.� Any responses shall be posted as an amendment to this solicitation by 3:30 PM mountain std�time�on Monday, 6�January, 2020. All responsible sources may submit a quote via email to: usaf.az.162-wg.list.msg-msc@mail.mil Quotes should be marked with solicitation number W50S6S-20-Q-6001 Suspense for receipt of quote 2:30PM Mountain Standard Time on Friday, 10�January 2019 Attachments: 1 � BPA Performance Work Statement 2 � U.S. Department of Labor Service Contract Act Wage Determination 3 - Past Performance Reference Template 4 - Past Performance Questionnaire 5 � BPA Price List � Required submittal 6 � Office Relocation PWS (Bldg. 40-41T)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d9964b69e4c042009625377db5d83bc4/view)
 
Place of Performance
Address: Tucson, AZ 85706, USA
Zip Code: 85706
Country: USA
 
Record
SN05523762-F 20191225/191223230140 (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.