SOLICITATION NOTICE
V -- DPTMS Office Moves
- Notice Date
- 3/9/2024 2:25:44 PM
- Notice Type
- Presolicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- W6QM MICC FDO FT LIBERTY FORT LIBERTY NC 28310-0000 USA
- ZIP Code
- 28310-0000
- Solicitation Number
- W91247-24-Q-0002
- Response Due
- 3/18/2024 7:00:00 AM
- Archive Date
- 04/02/2024
- Point of Contact
- Jarvis Johnson, Phone: 9104325558, Mary Matthews
- E-Mail Address
-
Jarvis.d.johnson23.civ@army.mil, mary.e.matthews51.mil@army.mil
(Jarvis.d.johnson23.civ@army.mil, mary.e.matthews51.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 09 March 2024 PRE-SOLICITATION NOTICE FOR W91247-24-Q-0002: The US Army Mission and Installation Contracting Command - Ft. Liberty (MICC - Liberty), 900th Contracting Battalion issues this pre-solicitation notice for non-personal services for Office and Furniture Moving on Ft. Liberty, NC. The posting solicitation date is expected to be on/or around 12 March 2024. A SITE VISIT is expected on/around 14 March 2024 at 1000 am and expected to take 3 hours. (Date subject to change based off responses due to short notice) If you intend to attend the site visit on 14 March 2024 please email the Points of Contacts listed below as soon as possible. Provide the following in your email. - Subject line of the email Solicitation # W91247-24-Q-0002 DPTMS Office Moves - Names and Number of visitors at site visit - CAGE Code - UEI number - Small Business Status (please respond with NOT A SMALL BUSINESS, if this doesn't apply but intereseted in submitting a quote) - Any questions or concerns with the PWS (Optional) The Product Service Code (PSC) code for this requirement is V999 � Transportation/Travel/Relocation- Other: Other The North American Industry Classification System (NAICS) code for this requirement is 484210 � Used Household and Office Goods Moving It is anticipated this will be a Small Business Set Aside and verified on the SBA website. This requirement will be solicited using commercial item procedures in FAR Part 12 and 13. The resultant contract will be a Single Award Firm Fixed Price (FFP), Lowest Price Technically Acceptable (LPTA) evaluation factors in determining the successful offer.�� Evaluation Criteria� Factor 1: Technical Acceptability (Acceptable/Unacceptable)� Move availability Schedule (Acceptable/Unacceptable)� Contractor shall provide a Move Schedule for the services identified in the PWS and Technical Exhibit 3. The Move Schedule shall address the timeline required for the Contractor to establish work listed in the PWS and Technical Exhibit 3 for the Period of Performance of 22 March 2024 � 05 April 2024.?The Move Schedule Shall include start date, duration of the work, estimated hours per day, and expected completion date (shall be no later than PoP end date). Preferred forms of the Move Schedule is a GANTT Chart but an excel sheet or contractor format is acceptable.� RATING����������������������������� DESCRIPTION ACCEPTABLE ���������������� Move Schedule DOES meet the standards in Factor 1 and the USG has a reasonable expectation that the offeror will successfully perform the required effort. UNACCEPTABLE ���������� Move Schedule DOES NOT meet the standards in Factor 1 and the USG has a reasonable expectation that the offeror will NOT successfully perform the required effort. Offerors and quoters are required to be registered in SAM at the time an�offer�or quotation is submitted in order to comply with the annual representations and certifications requirements.� Base/Installation Access is required: Instructions for base access can be found in attached PWS. Contractors may be signed in at the All-American Gate from 0830-0930. Contact the POC�s listed below if you require an escort and unable to gain access through the instructions listed in the PWS. �AVAILABILITY OF FUNDS� ************************************************************************************* Subject To Availability of Funds�� Funds are NOT presently available for this acquisition.� No contract award will be made until appropriated funds are made available.� *************************************************************************************� Period of Performance: The date herein is tentative and may change with the issuance of the solicitation. 22 March � 05 April 2024 Performance Address Ft. Liberty, NC All Building numbers and addresses will be provided with tje issuance of the solicitation. Known building numbers are shown below. (Bldg 1-2336B) (Bldg 2-1120) (near Stiner Rd) (Bldg 2-1120) (near Stiner Rd) Soldier Support Center (Old Army WOMAC Hospital) 2843 Normandy Dr (Building F -4730) ATTACHMENTS: The following attachment is included in this Pre-Solicitation notice.�� Performance Work Statement (PWS) � (with 3 embedded Technical Exhibits)� QUESTIONS: All questions regarding this pre-solicitation notice shall be emailed to both POC�s listed below before 1400 11 March 2024. Include in the Subject line of the email Solicitation # W91247-24-Q-0002 DPTMS Office Moves Points of Contract� Mr. Jarvis Johnson - Contract Specialist Email: Jarvis.D.Johnson23.civ@army.mil MSG Mary Matthews � Contracting Officer� mary.e.matthews51.mil@army.mil�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f4d7c835b02403182ad6a95767db7d1/view)
- Place of Performance
- Address: NC, USA
- Country: USA
- Country: USA
- Record
- SN06991426-F 20240311/240309230042 (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 |