Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

R -- Moving Services for the Tucson Border Patrol

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-T-0187
 
Response Due
9/1/2006
 
Archive Date
10/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicit ation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W9126G-06-T-0187, in accordance with FAR Parts 12 & 13. This solicitation document and inco rporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-09 Effective on May 19, 2006 The North American Industrial Classification System (NAICS) number is 484210 and the business size standard is $21.5 Million. Th e proposed acquisition is 100 percent Small Business Set-aside, woman owned and service disabled veteran owned small businesses are encouraged to submit quotes. DESCRIPTION OF SERVICES (SOW): Tucson AZ Border Patrol Sector Facility Maintenance and Garage Relocation Move Physical Relocating to the New TCA HQ Campus Solicitation Number: W9126G-06-T-0187 The new Tucson Sector Campus (TCA) in under construction. Construction includes a new Facilities Maintenance/ Warehouse building and a Vehicle Garage. Estimated construction completion date for the Maintenance/Warehouse building is scheduled for August 1 0, 2006. Estimated construction completion date for Vehicle Garage is scheduled for September 10, 2006. These dates will complete the construction of the new facilities, warehouse, and garage buildings. Within a couple weeks of this time the relocation from the four locations in Tucson should be able to begin. In addition to moving units to the new Sector Facility, the US Border Patrol will relocate the Intel unit to the existing facility located at Ajo way. This unit will be relocated from a High Security facility (HIDTA). Items to be moved will consist of hi ghly sensitive files, computers, office equipment, etc. A. OVERVIEW: The Contractor(s) shall provide all materials and labor to satisfy The Bureau of Customs and Border Protection (CBP), Office of Border Patrols need for Professional Moving Services as described herein in Tucson, AZ. Contractor shall furnish all labor, equipment, materials, and transportation necessary to provide MOVING Services in strict accordance with the terms and conditions (Statement of Work and Inventory Spreadsheets, See Attachments) specified herein for the US Border Patrol Headquarter Sector in Tucson, Arizona. Estimated Moving Date: September 2006. (Possible move date: as early as September 11, 2006) Contractor shall furnish / deliver boxes/crates, misc. moving materials prior to move date. The contractor will provide all materials, labor, equipment, transportation and supervision to pick up pre-packed boxes of misc. office content, pack necessary bulk items (if needed), and relocate by physically moving items to new location all moveable des ignated CBP assets from the old buildings to the new TCA Facilities Maintenance/Warehouse and Garage buildings. CBP with the assistance of Contracts and Procurement intends to negotiate a firm fixed price (FFP) service contract for relocation, relocation planning and coordination services of the relocation to the new TCA campus. It is the intention of the United St ates Border Patrol (USBP) to consolidate facilities at a new campus currently under construction at 2430 S. Swan, Tucson, AZ 85711. The USBP will be relocating staff and equipment from current maintenance, warehouse, and garage facilities at four separate locations. The four (5) separate locations are as follows: 1. 1970 W. Ajo way 2. 1201 Valencia 3. 2020 E. Airport Road 4. 3200 N. SilverBell 5. 6868 S. Plummer  HIDTA ( High Security Facility) The relocation to the Facilities Maintenance/Warehouse building will consist of moving Sector Electronics, Facilities M aintenance, Sector Warehouse, and Sector Investigations Units. Sector Electronics will consist of electronics equipment, tools, worktables, and general office files. Sector Warehouse will consist of pallets of paper, office supplies, safe, and other gene ral office supplies. Sector Investigations Units will consist of general office paperwork, files, miscellaneous desk items, etc. and secured files. The SilverBell facility will consist of bulk equipment such as dog kennels, food, and miscellaneous equipm ent. The Vehicle garage will consist of relocating vehicle maintenance hand and power tools, tool boxes, vehicle replacement parts, tires, automotive equipment, general office and files. The USBP anticipates a two-stage relocation move determined by the completion dates of the current facility construction. (These dates are estimated and will be confirmed weekly after construction status meetings.) Stage 1 Move: Sept. 11, 2006 for Facilities Maint./Warehouse Stage 2 Move: Sept. 20, 2006 for Vehicle Garage. B. DETAILED REQUIREMENTS: Scope of Work and Proposals/Quotes: The successful offeror shall provide commercial moving services in accordance with the requirements defined in the Detail Specifications, Government clauses, and the Davis Bacon Wage Rates associated with this RFQ and contract. Offerors shall provide all permits and pay all fees required to complete the relocation in a professional manner. Relocation management: One Point of Contact (POC) from the contractor will take full responsibility for the relocation. This person will be the main contact for the Border Patrol and CBP throughout the relocation. Contractor shall provide phasing plans - layouts identifying th e sequence of the relocation, i.e. which unit / sector will be moved at what time and date. Example: Garage: Friday between hours 0900  1100 AM Warehouse: Friday between hours 1200  1400 PM Scheduling and Sequencing: Scheduling will be done in the order of Building Completion. Contractors will begin and complete moving at specified times in order to keep Border Patrol Personnel fully operational. The following are the hours available for personnel to be moved. Workers may move all items within these hours and days. Move must be completed with the days provided below. (Time may be negotiable if agreed upon by all parties: CBP and Contractor) Stage 1: Facilities Maintenance Thursday 8:00 AM to 6:00 PM Friday 8:00 AM to 6:00 PM Saturday 8:00 AM to 6:00 PM Stage 2: Vehicle Garage. Thursday 8:00 AM to 6:00 PM Friday 8:00 AM to 6:00 PM Saturday 8:00 AM to 6:00 PM Sunday 800 AM to 6:00 PM Packing: Each unit (department) will be responsible for the packing and unpacking of all files, papers, books and miscellaneous desk items, presently located in the offices and secretarial stations. The contractor will provide the necessary quantity of packing box es for such purpose. The Contractor will be responsible for moving such boxes and equipment to the proper marked locations within the building. Locations and labels shall be provided to the contractor before move. Border Patrol personnel will mark and or label boxes and equi pment to be moved. The contractor shall be responsible for the moving of all electronic and general office equipment such as terminals, keyboards, printers, typewrites and fax machines under the direction of a designated CBP representative. These items must be moved by mean s of equipment carts with adjustable shelves and shrink-wrap. The contractor will be responsible for crating and/or specialized packing as required. Some of this equipment has warranty specifications for transport and these will be adhered to during all transport of equipment. No furniture is to be moved unless noted otherwise. Furniture indicated is for reference only. If furniture is to be moved it shall be clearly labeled. Contents inside fu rniture are to be packed by Border Patrol personnel and then moved by contractor. All safes, personal refrigerators, printers, and plotters are to be moved by contractor. Packing Boxes/ Labels: The contractor shall provide new packing boxes to designated locations by a date no less than two (2) weeks prior to the relocation. Contractor shall indicate the amount of credit to agency for packing boxes returned in a reasonable condition to contracto r. Contractor will provide a price for extra boxes, labels, padding etc. in the event they are needed. Color, pressure sensitive labels will be included with the packing boxes. Contractor will provide labels that can be removed from equipment surfaces witho ut leaving any residue. Labels will include: From: To: Room #: A label with other identifying terms may be approved by the government POC. 200 extra empty boxes are request above the necessary estimate amount. Tamper Evident Tape must be provided for use on any sensitive document boxes. Manpower: The selected Contractor must utilize only trained and experienced labor. Two shifts of laborers are acceptable (as many laborers needed to complete the move within the days and hours specified) All personnel including shift personnel information must be provided to the Border Patrol Agency prior to move start date. Supervision: The vendor will, at both the origin and the destination points, furnish full time supervisors at all times during the relocation. Subcontracting: Any sub-contractors to the prime contractor are subject to the same requirements as the prime contractor as detailed in this Statement of Work. Identification: All employees of the Contractor must be in clean shirt uniform and identifiable at all times. Supervisor uniform shirt will differ in color from all subordinate employees. Protection: Covered vans with locking doors must be used at all times to ensure against damage and/or loss. The Contractor shall take all steps necessary to avoid damage to property; this means to protect the carpet, walls, and furniture. Clean, tempered masonite ru nners, corrugated cardboard, corner beads, and other means of protecting floors, carpet, furniture, elevators, walls and doorways shall be used. Wheels on dollies must be of rubber composition and free of grease, tar, and similar matter. The Contractor w ill be required to provide continuous masonite along all paths of ingress and egress in the destination. The Contractor must abide by the building rules and regulations of both origin and destination. The Contractor is solely responsible for any and all damages to the facilities and/or contents caused by the relocation. The Contractor will confer with a des ignee at each location to work out the details for protection, building access, elevator service, hours of operation, and all phases of the relocation. All protective materials installed prior to the relocation must be removed immediately after the relocation is completed. The contractor will be required to provide protection for all materials and equipment moved. This may require the installation of temporary canopies at the sending and receiving locations where equipment and materials may be exposed to the weather when mo ved between the building and the moving van. Inventory: Items to be relocated will be identified in the Contractor walk-throughs. The Border Patrol Agency will provide a general inventory list of each unit (sector / department) that will be moved for bidding purposes. The Contractor will be responsible for co ordinating with the Agency all items that will be moved in any subsequent walk-throughs. Note: Interested parties may contract Ali Marshall by email at Alisa.Marshall@swf02.usace.army.mil for a detailed inventory list of moving items. There are eight (8) inventory lists. The list is available in Excel spreadsheet format and may be a zip file for email co rrespondence. Please plan accordingly to receive documents. Access: All boxes and equipment must be placed in accordance with the guidelines provided. Box and equipment placement cannot obstruct employee access to workspaces and must allow for an organized unpacking process. Equipment placements must facilitate an orderl y reinstallation process. The Contractor will be obligated to provide additional placement assistance on the relocation days to adjust any equipment, file or box placement. At no time will box or equipment placement restrict the safe and orderly entry an d especially exit of all departments within the destination buildings. Insurance Coverage Required: The contractor selected must provide a Certificate of Insurance, stating that the Contractor has workers compensation as required by the applicable statutes. The Contractors must have carriers liability insurance and also must provide for full replacement cost of any damaged or lost articles. The Contractor will carry all risk transportation insurance to cover Contractor and D.A.S. as insured for loss or damage to D.A.S. property during the packing, transportation and unpacking. The Contractor shall specify the amount of insurance provided as part of the quotation. Letters of Reference: In order to have your bid considered, please supply three (3) business references consisting of current or previous customers with your reply. Please include name, address, telephone number, and a contact person. Damage to Property: All articles relocated shall be packed, transported and handled in a careful manner as to prevent damage. Damage shall be promptly reported. The Contractor will be held responsible for, and be required to make good at his own expense, any and all damage done or caused by him or his workmen in the execution of the contract including, but not limited to repairs, replacement, cleaning and restoration to the satisfaction of the government. The contractor and the government designee will assess damages to Buildings within 24 hours prior to the relocation and again within 48 hours after the relocation has been completed in its entirety. Liquidated damages of $500.00 per calendar day will be assessed for failure to deliver project within contracted duration limits. This project is scheduled to be completed by the September 20, 2006 to be verified. Cleanup: The work areas will be kept clean on a daily basis for the proper completion of all work. The vendor will be responsible for clean up of all debris/trash that is generated as a result of this project. All debris/ trash will be removed and lawfully dispos ed of in a proper facility. Any hazardous or toxic materials created from this project will be removed and disposed of in a legal manner so as not to harm the environment. Safety: The operations of this facility are ongoing 24 hours a day 7 day a week. The vendor will take precautions and be prepared to work with ongoing day-to-day activities that occur in the areas of the Tucson Border Patrol Sector Headquarters. The vendor will be responsible for the safety of his/her employees. Proper safety equipment will be used where necessary. The work areas will be kept clean as suited to the needs and safety of all personnel and employees. Security: The Tucson Border Patrol Sector Headquarters is a secure facility. All personnel who will work on this facility are subject to a security check being completed to verify eligibility to perform work at this facility. All persons who have a need to enter t his facility will check in and out at the front office to obtain an identification tag to be worn and returned each day. The contractor will provide a list of all employees that will work within any federal facility during this relocation. This list will be provided to the TCA HQ front office at least 10 days prior to commencement of work. Additional Requirements: The Agency will make ever y effort to assist the Contractor in arranging at both origin and destination, the logistics of access to designated freight elevators, passenger elevators and loading areas during the relocation process, consistent with the building rules and regulations. The Contractor will be responsible for disassembling, relocation and reassembling of all moved furniture that requires disassembly as designated by the government POC. C. REQUIREMENTS OF THE OFFERER: Equipment Summary All equipment must be in good condition. A list of specialized equipment that may minimize damage to property and equipment. Pricing: Vendor must submit detailed pricing for each category of the move with one lump sum total. Wage Determination: The Service Contract Act applies to this contract. Go to the following website to download the appropriate rates: http://www.wdol.gov/sca.aspx#8 96-0063 17 FL/HH/MS [11,16,18] REGISTER OF WAGE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor WAGE AND HOUR DIVISION WASHINGTON, D.C. 20210 William W. Gross Division of Wage Wage Determination No: 1996-0063 Director Determinations Revision No: 17 Date Of Revision: 08/05/2005 ---------------------------------------------------------------------------------- State: Arizona Area: Arizona Counties of Cochise, Graham, Greenlee, Pima, Santa Cruz ---------------------------------------------------------------------------------- **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE Moving & Storage: 21040 - Material Handling Laborer 8.10 21071 - Forklift Operator 9.08 21130 - Shipping Packer 9.08 21400 - Warehouse Specialist 9.08 31361 - Truckdriver, Light Truck 9.08 31362 - Truckdriver, Medium Truck 9.57 31363 - Truckdriver, Heavy Truck 10.05 31364 - Truckdriver, Tractor-Trailer 10.54 Additional Capabilities: Provide information demonstrating your companys ability to perform relocation-associated tasks: Packing Packing and protection of electronic equipment System furniture knockdown and reassembly Furniture (desks, chairs, shelving units) disassembly and reassembly Furniture repair and restoration Warehousing The foregoing statements are believed to be correct; however, it is highly recommended that estimators visit all sites to ensure the accuracy of their estimate. The vendors estimate should be comprehensive and specific as to the work being estimated for completion. The vendors submitted estimate will include file number above and will be attached to this Statement of Work (SOW). PLEASE EMAIL Ms. Ali Marshall at Alisa.Marshall@swf02.usace.army.mil TO ARRANGE A SITE VISIT. Tucson Border Patrol P OC shall notify company of exact moving dates/times, etc. each week after construction completion status meeting. Location of Move / New Headquarter Building: 2430 S. Swan Road, Tucson, AZ 85711 520-584-4100 POC: Tucson Border Patrol Agent Jaime Estrada email: JAIME.L.Estrada@dhs.gov cell: 520-940-1818 POC for Contract: U.S. Army Corps of Engineers, Fort Worth District Ms. Ali Marshall, Contract Specialst email: Alisa.Marshall@swf02.usace.army.mil phone: 817-886-1068 INVOICE INSTRUCTIONS SEND A COPY OF YOUR INVOICE TO THE ADDRESS IN BLOCK 15 ON THE FRONT OF THE CONTRACT DOCUMENT, SF1155, AND SEND A COPY OF YOUR INVOICE TO: USAED, FW ATTN: CESWF-PM-INS Ben Case / Ali Marshall 819 Taylor St, Room 3A28 Fort Worth, TX 76102 /or/ fax to: 817-886-6404 or fax to Ms. Ali Marshall at 817-886-6403 PLEASE EMAIL Ali Marshall at Alisa.Marshall@swf02.usace.army.mil TO ARRANGE A SITE VISIT. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and addendum as follows: Contractor shall submit their quote on company letterhead, provide solicitation number, name, address and telephone number of the offeror, unit pricing and an over all total price, cage code, DUNS number, AND size of business. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a con tract resulting from this solicitation to the responsive responsible offeror with the Best Value to the Government. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 2 52.212-7000 Offeror Representations and Certifications with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this: FAR 52.242-15, Stop-Work Order, DFARS 252.212-7000, DFARS 252.225-7000 , DFARS 252.225-7013, Secondary Arab Boycott of Israel, DFARS 252-225-7014, Preference for domestic specialty metals, FAR 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effec t 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): http://farsite.hil.af.mil and http://ebs.swf.usace .army.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 9, 14, 15, 16, 17, 18, 19, 20, 25, 26, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the follow ing: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate. Offers must be received NLT 4PM Central Standard Time, Friday, 1 SEP 2006, at the US Army Corps of Engineers  Contracting Division, 819 Taylor Street  RM 2A19, Fort Worth, Texas 76102. Offers received after this date and time will be considered late in accordance with 52.212-1(f) however they may be evaluated. Quotes may be faxed to the attention of Ali Marshall, 817.886.6403 or emailed to Alisa.Marshall@swf02.usace.army.mil. ***Submit all offers on company letterhead, inclusive of required clauses and include any terms and conditions with quote packages. (End of Text)
 
Place of Performance
Address: Tucson Border Patrol Station 2430 S. Swan Tucson AZ
Zip Code: 85711
Country: US
 
Record
SN01124879-W 20060826/060824221420 (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.