Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2006 FBO #1640
MODIFICATION

R -- MOVING SERVICES

Notice Date
5/22/2006
 
Notice Type
Modification
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, N5416 200 Constitution Avenue, NW, Washington, DC, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
DOL069RP20208
 
Response Due
5/26/2006
 
Archive Date
6/10/2006
 
Small Business Set-Aside
8a Competitive
 
Description
Request for Proposal Number: DOL069RP20208 Amendment Number: 0001 The purpose of this amendment number 0001 to the above RFP is to provide a response and/or clarification to the following questions as follows: 1. Page 2 of 10 1st sentence states the contract will be an ID/IQ contract based on ?firm fixed rates?; 3rd paragraph from end states ?the services required are to bid a firm fixed price bases, labor hours contract.? Does Department of Labor (DOL) want a firm fixed price based on the labor categories and hours for 12 positions mentioned and hourly rates for ID/IQ add ons? Or simply rates that would apply to each category? Response: No response required. Please review the RFP. 2. Are offerors required to follow the applicable Department of Labor wage determination rate for this requirement If so, will it be provided by reference to the RFP? Response: Yes. Current Wage Determination is attached. 3. Is DOL going to identify which description / number should be used for each labor category identified in the solicitation? Specifically, the Moving Services Supervisor and Assistant Moving Services Supervisor as neither of these categories have a specific description / number with that title. Response: The description that is detailed in the statement of work should be used. For the Moving Services Supervisor and the Assistant Moving Services Supervisor, please refer to the section in the attached Wage Determination under ?Conformance Process?. 4. Page 3 of 10 ? Statement of Work ? Background ? Please provide the address and floors occupied of all ?other locations? within the NCA ? the FPB building and DOL warehouse addresses are clear. Response: 800 North Capitol Street, NW 800 K Street, NW 100 Wilson Boulevard, Arlington, Va 1335 East West Highway, Silver Spring, MD 8201 Corporate Drive, Lanham, MD 122 C Street, NW 1341 G Street, NW 5. The RFP addresses Moving Services Assistant Supervisors as section headers for 1.1.6 and 4.2, but in subsequent sentences indicate this to be a Moving Services Assistant Supervisor. Is the requirement for only one or more than one Moving Services Assistant Supervisor? Response: The RFP is amended to state that one (1) Assistant Supervisor is needed. 6. Page 4 of 10 ? 1.1.5 ? Does the Moving Services Supervisor have a government provided phone with voice mail? Or a contractor provided phone? 1.1.8 ? same question for the Assistant Moving Services Supervisor. Response: The government will provide an office phone with voicemail and a computer with e-mail capabilities for both the Moving Services Supervisors as well as the Assistant Supervisor. 7. Is there an ?office? at the loading dock for the Moving Services Supervisor? If yes, what is provided by the government and what is provided by the contractor? Response: Yes. A desk and chair. 8. For security of equipment, what is the location where items can be chained at the end of business? Response: In the Francis Perkins Building, there is a room utilized daily by the Moving Services Staff. All equipment and moving supplies will be housed in this room with doors locked at the end of the day by the Moving Services Supervisor. In the Department of Labor Warehouse Building, the equipment is secured, locked, and alarmed at the end of each business day. 9. 1.6 ? Transportation of Movers ? what labor category is currently transporting staff? Supervisor? Assistant Supervisor? Anyone available? For the later, is contractor required to pay a driver rate for a mover while performing this function? Response: Transportation of the moving staff and equipment is performed on an as need basis by the Moving Services Supervisor and the Assistant Supervisor. This is listed as part of their responsibility. 10. 1.7 ? Progress Meeting ? are there any current problems that should be addressed prior to the commencement of a new contract? If yes, what are they? Response: NONE. 11. It appears that the form DL 1-2054 ?drives? all of the daily work for this contract. What is the maximum requirement from receipt to completion of work? Response: No Response Required. 12. How / when is the form delivered to the Supervisor? Response: No Response. 13. If the offeror has alternative methodologies, is there a mechanism to submit optional pricing for those services? Response: No. 14. What ?materials? are to be provided? Response: The government will provide its own packing boxes, labels, and tape. Bubble wrap and shrink wrap are provided by the government only if the government is trying to secure a load and/or from locations on a daily basis. In addition, each contractor that ships, hauls, transports, etc., is responsible for securing any load provided to the government. 15. As this is an IDIQ contract, will the contractor also have pricing for materials? Response: No. 16. If not, can DOL provide a history of quantities used for standard materials such as boxes, bubble wrap, shrink wrap, labels and tape? Response: No Response. 17. Will DOL be providing a pricing page format in order to standardize the business proposal submittals? Response: Yes. 18. Are the truck and van kept at the DOL warehouse or at the DOL 200 Constitution Avenue loading dock overnight? Response: The contractor is required to provide the van that will be housed at the Frances Perkins Building at the 200 Constitution Avenue site. 19. Pg 9 of 10 ? Basis of Award ? Compensation will be provided to the contractor for the labor provided under fully executed task orders ?? ? is a DL Form 1-2054 considered a fully executed task order? Response: No. 20. If not, what is the means by which the contractor receives a fully executed task order? Response: Standard Form 1449. 21. How is the funding currently tracked? Response: Via Contracting Officer?s Technical Representative, Finance Office, and Contract Administrator. 22. 6.0 Deliverables ? 6.1 Monthly Progress Reports ? is there a standard form for this? Response: No. 23. Does DOL have an example of what the report should capture? Response: No. 24. Or standard format? Response: Format will be provided upon award. 25. 3.0 Contractor Furnished Equipment and Materials ? does DOL have a list of equipment currently being utilized on this contract? Quantities of 4-wheeled carpeted dollies, electronic carts / commercial bins, stevedores, library carts - does DOL have a list of materials currently being utilized on this contract? Quantities of shrink wrap, tape, computer bags, corrugated, masonite, boxes, labels, bubble wrap? Response: Yes. To be provided at time of award. 26. ODC?s ? should the contractor incorporate the cost of ODCs in rates? Or as stated in 1.8 ? Progress Reports ?shall include a breakdown of labor hours by labor category and all direct costs by line item? Response: No. ODC?s are to be itemized as separate line items in the business/cost proposal submitted. 27. Under Basis of award is there supposed to be a item for Truck or Trucks per Response: No. 28. Under Basis of award is there supposed to be a item for Van or Vans per Response: No. 29. Under 4.0 requirements is there supposed to be a item for additional Labors, Supervisors, Drivers for the work done outside the Francis Perkins location and the Edsall Road Warehouse i.e.; locations within the radius of 50 miles of the US Capitol Building. Response: No. 30. Under Basis of award is there supposed to be a separate rate for overtime, evenings, weekends, holidays? Response: Yes. There should be one standard rate per labor category for all over-time and for all years. 31. The RFP lists ?MOVING SERVICES EVALUATION CRITERIA? but there is no Section L attached to the RFP. Can you provide the Instructions, Conditions and Notices to Offerors to include general instructions relating to proposal submission requires including Technical Approach, Project Management, Prior Experience/Past Performance and resumes? Response: (1) Section L is incorporated by reference in the RFP as 52.252-1. (2) See attachment # 3. 32. Is FAR Clause 52.219-18 applicable to this RFP? Response: Yes. 33. What are the security requirements for the contractor employees? Response: Security requirements are defined in the DOL Policy For PIV Card Issuance For New Federal Employees and Contractors, (HR/SC 10/25/05), Prepared by the DOL HSPD-12 PIV-I Workgroup, dated, October 25, 2005, United States Department of Labor, 200 Constitution Ave NW, Washington, DC 20210 Contractors shall review and comply with the information as provided at the following website: http://www.dol.gov/oasam/doljobs/DOL-PIV-Card-Policy.htm See 52.204-9 Personal Identity Verification (PIV) dated Jan 2006 34. Is this requirement under Wage Determination? Response: Yes. 35. What equipment is the contractor required to supply? Response: See question #14. 36. How many trucks and passenger vans will be needed at main location and warehouse? Response: See question #18 37. Could you explain the hours (min and max) Response: See Attachment #2 38. Does it include over-time? Response: No. 39. What are the anticipated performance dates for the base year and option years? Response: One year from the Date of Award plus Four option years. 40. What is the anticipated date of award and subsequent transition/phase-in period? Response: Source Selection Process begins on about 05/26/2006 and will end at time of award by the contracting officer. 41. In paragraph 3.0 of the combined synopsis/solicitation, it states "All 2 and ? ton trucks used to make deliveries or pick ups at the Frances Perkins Building shall be 12 feet or less in height." What does the question mark stand for? Response: Should read ?All 2 ? ton trucks?????? 42. Are we to use the latest Wage Determination Rates for this proposal and if so do you have them? Response: Yes. See Attachment #1 43. Would like to do a site visit? Response: Site visits will not be available until after the closing of the Solicitation. 44. Who is the incumbent? Response: The Incumbent?s name is The Perara Group. 45. The value of the current contract? Response: $3,000,000.00 46. Exactly how many people do they employ on this contract? Response: See question #44 47. Could you e-mail the wage determination for each category? Response: See attachment #1. 48. Request that the due date for proposal to the subject RFP be extended May 31, 2006? In order for us to appropriately prepare our proposal base on the answer to the questions above? Response: Proposal are due by May 26, 2006, 3PM, EST. ATTACHMENTS ARE AVAILABLE PER REQUEST SO AS TO MAINTAIN FORMAT AT Spillman.linda@dol.gov.
 
Place of Performance
Address: U.S. DEPARTMENT OF LABOR, 200 CONSTITUTION AVE, NW, WASHINGTON, DC
Zip Code: 20210
Country: USA
 
Record
SN01054688-W 20060524/060522220337 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.