SOLICITATION NOTICE
V -- Combined Synopsis and Solicitation for Relocation of Federal Office
- Notice Date
- 8/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
- ZIP Code
- 80916-2749
- Solicitation Number
- DASG62-02-R-0010
- Response Due
- 9/9/2002
- Point of Contact
- Bob Nyquist, 719 554-8828
- E-Mail Address
-
Email your questions to US Army Space Command
(bob.nyquist@arspace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 b eing requested and a written solicitation will not be issued. Solicitation DASG62-02-R-0010 is being issued a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circula r 01-08, 27 June 2002. This solicitation is set aside for small business under NAICS Code 484210. Size standard is $21.5M. CLIN 0001, Move ARSPACE elements to Building 3, Peterson Air Force Base, FOB Destination IAW SOW, one lump sum price for a firm fixe d price beginning on 14 October 2002 and completed by 30 October 2002. STATEMENT OF WORK (SOW) DESCRIPTION OF WORK TO BE PERFORMED: GENERAL INFORMATION/SCOPE: Phase 1: To pack and relocate office materials and supplies of approximately 270 personnel, i n separate work areas, from three different locations to one central location within the period of performance specified below without delays. Move office materials from 1670 N. Newport Rd., 2525 Aviation Way and the SY Tech building located at 1050 S. Ac ademy Blvd, Suite 120, to the building located at 350 Vandenburg Street, Peterson Air Force Base. Phase 2: When Phase 1 is complete, an additional requirement will be to move office materials and supplies of approximately 29 personnel, in separate work a reas, from 1670 N. Newport Rd offices to 2525 Aviation Way, Colorado Springs. Examples of items to be moved include books, files, working papers, office equipment, computers, printers, typewriters, safes (2 drawer and 4 drawer), refrigerators, microwave ovens, copy machines, shredders and trophy cases. A minimum amount of office fu rniture will be moved, which will be identified during the Pre-proposal Conference and Site Visit. The Government will ensure that all computers and telephone equipment is disconnected prior to the move start date. All boxes moved will be unpacked by Government personnel. Priority ADPE boxes designated and moved by the contractor will be unpacked by the contractor, those exceptions will be identified by the Government during the Pre-proposal Conference and Site Visi t. PRE-PROPOSAL CONFERENCE AND SITE VISIT A pre-proposal conference and site visit will be held at U.S. Army Space Command, 1670 N. Newport Rd., Suite 211, Colorado Springs, CO 80916, at 9:00 AM on September 4, 2002 to answer any questions from offerors. Prospective offeror's shall provide via e-mail to: carol.alkhafi@arspace.army.mil the names of the individuals who will attend the conference. This information shall be provided no later than August 28, 2002. Your name must be on the Conference List to a ttend the Conference and participate in the tour of the facilities. The site visit is considered a standard commercial practice to price moving services. Failure to attend the site visit would require a detailed explanation of the basis for the offeror?s price included in their proposal. The contractor shall describe the technical resources proposed to perform this moving service within the required schedule; specifically, the equipment and personnel proposed. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and oth er factors considered. The following factors shall be used to evaluate offers: Significant evaluation factors, are (i) technical capability to meet the Government Move Schedule; (ii) price; (iii) past performance (see FAR 15.304). Factors are listed in the relative order of importance. Technical capability and past performance, wh en combined, are 80% when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of opt ions shall not obligate the Government to exercise the option(s). (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 bind ing contract 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 r eceived before award. (End of clause) Past Performance Data: The contractor shall provide past performance data with the following information. Provide 2 to 5 references for completed work, moving projects similar in scope to the work as outlined herein (comparable in size and type of facili ty and operation). Past performance data should be submitted following the prescribed format: 1. Name of company moved. 2. Point of contact for company. 3. Phone number for point of contact. 4. Schedule of work performed. 5. Description of moving services provided. 6. Total Square footage of area moved. 7. Number of individuals moved. 8. Provide a listing of all clients who have utilized moving services similar in scope to the work outlined herein within the last 12 months. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and any addenda to the provision. See the provision at 52.212-2, Evaluation-Commercial Items for the specific evaluation criteria. Offerors are to include a compl eted copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition to include the current Colorado Wage Deter mination and the IT move schedule addenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The clause at 52.211-11, Liquidated damages in the amount of $270.00 per day is determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Numbered Note 1 is applicable to this acquisitio n. The date, time and place offers are due is U.S. Army Space Command, Attn: Contracting/Nyquist, 1670 N. Newport Road, Colorado Springs, CO 80916. Contact Bob Nyquist, (719) 554-8828, or Carol Alkhafi, (719) 554-8827 for information regarding the solicitati on. All clause data is available at: http://www.acqnet.gov/far 52.204-6 Data Universal Numbering System (DUNS) Number JUN 1999 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment JUL 1995 52.211-11 Liquidated Damages--Supplies, Services, or Research and Development SEP 2000 52.212-1 Instructions to Offerors--Commercial Items OCT 2000 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-3 Offerors Representations and Certifications ? Commercial Items Jul 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2002 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items MAY 2002 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.228-9 Cargo Insurance MAY 1999 52.232-18 Availability Of Funds APR 1984 52.232-28 Invitation to Propose Performance-Based Payments MAR 2000 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration MAY 1999 52.232 -34 Payment By Electronic Funds Transfer--Other Than Central Contractor Registration MAY 1999 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.244-6 Subcontracts for Commercial Items MAY 2002 52.247-3 Capability to Perform a Contract for Relocation of a Federal Office APR 1984 52.247-11 Net Weight - Household Goods or Office Furniture APR 1984 52.247-13 Accessorial Services - Moving Contracts APR 1984 52.247-15 Contractor Responsibility for Loading and Unloading APR 1984 52.247-21 Contractor Liability for Personal Injury and/or Property Damage APR 1984 52.247-22 Contractor Liability for Loss of and/or Damage to Freight Other Than Household Goods APR 1984 52.247-24 Advance Notification by the Government APR 1984 52.247-26 Government Direction and Marking APR 1984 52.247-27 Contract Not Affected by Oral Agreement APR 1984 52.247-28 Contractor's Invoices APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 84 52.252-6 Authorized Deviations in Clauses APR 84 252.204-7004 Required Central Contractor Registration NOV 2001 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items JUL 2002 252.246-7000 Material Inspections and Receiving Report DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 GOVERNMENT TECHNICAL POINT OF CONTACT (POC): MAJ Oscar Gonzales, phone number (719) 554-8707, email address: oscar.gonzales@arspace.army.mil. PERIOD OF PERFORMANCE: Move will start on 14 October 2002 and will be completed by 30 October 2002.
- Place of Performance
- Address: US Army Space Command ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211 Colorado Springs CO
- Zip Code: 80916-2749
- Country: US
- Zip Code: 80916-2749
- Record
- SN00148009-W 20020824/020822213918 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |