SOLICITATION NOTICE
V -- LABORERS/MOVERS FOR OFFICE, SUPPLIES AND EQUIPMENT RELOCATION SERVICES
- Notice Date
- 9/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-07-T-0853
- Response Due
- 9/26/2007
- Archive Date
- 11/25/2007
- Point of Contact
- kathy.ward1, 410-278-2412
- E-Mail Address
-
ACA, Aberdeen Proving Ground
(kathy.ward1@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-07-T-0853. THIS SOLICITATION IS A 100% TOTAL SMALL BUSINESS SET-ASIDE FOR SERVICE- DISABLED VETERAN-OWNED COMPANIES. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-19. The associated North America Industry Classification System (NAICS) Code is 561320 an d the Business Size Standard is $12.5 M. The contractor shall provide a quote based on the following ITEMS: (1) Base Quote; (a) Lead Laborer/Mover Regular Time Qty. 4,480 Hours; (b) Laborer/Mover Regular Time Qty. 1,120 Hours; (c) Lead L aborer/Mover Overtime Qty. 640 Hours; (d) Laborer/Mover Overtime Qty. 2,560 Hours: (2) Option Quote; (a) Lead Laborer/Mover Regular Time Qty. 4,480 Hours; (b) Laborer/Mover Regular Time Qty. 1,120 Hours; (c) Lead Laborer/Mover Overtime Qty. 640 Hours; (d) Laborer/Mover Overtime Qty. 2,560 Hours. The SCOPE OF WORK is: 1. Provide five (5) laborers/movers (with one (1) designated as a lead laborer/mover to receive direction for the group) for 28 weeks to perform manual la bor tasks loading and unloading heavy boxes, bulky supplies, furniture, equipment and materials to and from trucks and dollies. Disassemble and assemble office furniture, moves and arranges heavy pieces of office furniture, equipment, and materials by han d, hand truck and dollies and stacks items as directed. Follows detailed procedures and/or instructions to assist in the moving of a variety of supplies, materials and equipment. Operates Government-supplied manual equipment to move, stack and position/p lace materials and equipment. General knowledge of procedures and techniques of material handling are required. Work requires standing, bending, stooping and working in uncomfortable positions indoors and outdoors in uncontrolled environments. May lift a nd carry items that weight up to 50 pounds and heavier items moved with hand equipment or with assistance from others. Laborers will come prepared to work with proper dress and personal protective equipment such as long pants, sleeved shirts, steel-toed l eather boots, gloves, safety glasses, etc. 2. The Lead Laborer/mover will report to the Contracting Officers Representative (COR) to receive instructions regarding the daily or weekly work required. Only the lead laborer shall take direction from the C OR. The lead laborer shall not take any direction from anyone other than the COR. The lead laborer shall direct the work of the other laborers on a daily basis. The other laborers shall not report or take direction from anyone other than the lead labore r. All laborers including the lead laboeror shall report to work at Building 4021 everyday and sign in and out on time sheets. 3. Laborers/movers must speak and understand English. 4. The laborers/movers will have a valid State drivers license and be required to apply for a contractors identification badge. 5. The contractor shall ensure and make available the requirement of five (5) laborers/mover each day for 28 weeks on a full time basis. Time sheets shall be turned in weekly to the COR. The tim e sheet shall indicate the name of the employees, their rate of pay, the starting time and date and ending time and date and the total hours worked. 6. Workday Schedule: The work hours will follow the current Government employees compressed work schedul e as follows: First Week - Monday through Thursday 0700 1630 hours, Friday - 0700 1530 hours; and the Second Week - Monday through Thursday 0700 - 16 30 hours, Friday - Scheduled Day Off (SDO) NOTE: A 30 minute unpaid lunch break is included in the work hours. There are no other scheduled break periods. The contract employees will not be expected to work during the Federal holidays. It is anticip ated that overtime will be required up to 16 hours per week on Saturdays, Sundays and extending the work day at the direction of the COR. Please contact the POC listed below if you have further questions. In accordance with FAR 52.212-2 Evaluatio n Commercial Items (Jan 1999), the contract will be awarded to Lowest Price. The Government is not responsible for locating or securing any information, which is not identified in the quotation. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The Service Contract Act applies. The appropriate Wage Determination Number is 2005-2247, Revision 4, dated 07/05/2007, a nd can be located on website: http://www.wdol.gov. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52 .212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition The government will award a contract to t he offeror whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Repre sentations and Certifications Commercial Items, and DFAR 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, appli es to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6 Notice Of Total Small Business Set-Aside; FAR 52.219-8; Ut ilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FA R 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defe nse Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodit ies, 252.225-7015 Preference for Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.acqu isition.gov/comp/far/index.html. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by September 26, 2007 no later than 12:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Mrs. Kathy Ward), 4118 Susq uehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Mrs. Kathy Ward, Contract Specialist, via fax 410-306-3784 or via email kathy.ward1@us. army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ05/W91ZLK-07-T-0853/listing.html)
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01413320-F 20070922/070921081319 (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 |