SOLICITATION NOTICE
R -- Move and Dispose of a Library Collection of Journals (Bound and Unbound) and Microform
- Notice Date
- 2/11/2009
- Notice Type
- Modification/Amendment
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-09-Q-0706
- Response Due
- 2/18/2009 3:00:00 PM
- Point of Contact
- Nadine A Utz,, Phone: 301-295-1380
- E-Mail Address
-
nadineutz@usuhs.mil
- Small Business Set-Aside
- N/A
- Description
- The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD intends to issue a requirement to move and dispose of a collection of materials (to include bound and unbound journals and microform). 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; offers are being requested and a written solicitation will not be issued. The solicitation, number HU0001-09-Q-0706, is issued as a Request for Quotes (RFQ). It will be the responsibility of the Contractor to monitor Federal Business Opportunities, http://www.fedbizopps.gov/ for the issuance of any changes/updates to the solicitation. This solicitation is issued as a request for quotation and incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-29. The applicable NAICS code for this requirement is 484210, Used Household and Office Goods Moving. Direct any communications, questions or inquiries in writing to Nadine Utz, Contract Specialist, at Directorate of Contracting, Rm A1040C, USUHS, 4301 Jones Bridge Road, Bethesda, MD 20814-4799 or via email to nadineutz@usuhs.mil. Quote Format: CLIN Description 0001 Move/consolidate collection of materials as described in the Statement of Work. 1 job @ $______ Service Location: Uniformed Services University of the Health Sciences Learning Resource Center, Bldg D 4301 Jones Bridge Road Bethesda, MD 20814-4799 Statement of Work: INTRODUCTION A. Background Information The Library will be undergoing renovations on the 2 nd floor to make room for a study area including study carrels. Approximately 35 – 40 percent of the collection (approximately 1,400 shelves) will be discarded and the rest of the materials (approximately 4,200 shelves) will be shifted to the east end and center area. The collection materials to be moved include bound and unbound journals and microform. Study Carrels. Move and reassemble study carrels. B. Project Scope LRC will provide the successful contractor with a detailed collection layout plan for the locations of materials to be moved on the 2 nd floor. Attached are floor plans which identify the moves but they do not outline in detail the overall plan. We will mark all materials to be discarded. The contractor shall remove all marked materials from their present shelves and dispose of them offsite. All of the remaining collection will be shifted, and kept in the same order. As wooden shelves in the west end are cleared, the remaining collection will be moved to the center area of the second floor, being partially dismantled as needed. The contractor shall dismantle and remove any wooden or metal shelving that is not needed (approximately 1,260 shelves). Move study carrels Relocate 4 large double-decker study carrel systems from the 2 nd floor of the LRC to the 1 st floor of the LRC.. There are 2 systems which consist of 4 carrels, another system which consists of 8 carrels and a third system which consists of 16 carrels. The size of each individual carrel is approximately a 4ft cube. Systems are constructed of heavy composite wood panels held together with metal screws. Relocation will require substantial dismantling of these systems. Relocation will also require disconnection and reconnection of electrical power. Both stairs and a small elevator are available for moving pieces of carrel systems. C. Required Services and T asks 1. General Statement of Responsibility- The contractor is responsible for all supervision and labor, materials, supplies and equipment to execute all services discussed in this RFQ. All work shall be performed in a professional and timely manner. 2. Time Frame a) Approximate period of performance is March to June 2009. b) Hours of operation of the LRC: Monday through Thursday 6:00am — 10:45pm, Friday 6:00am – 4:45pm, Saturday 9:00am – 4:45pm, Sunday Noon to 10:45pm. The contractor will work within these hours. c) The contractor shall not work on the premises on Federal holidays. 3. Packing and Moving Methods- The contractor will insure that all materials being shifted will be handled with due care. 4. Security. The contractor shall indicate how they plan to protect the LRC’s materials from loss, damage, theft or vandalism. 5. Involvement of the LRC Staff: The primary contact person for this project will be the Project Officer, Linda Spitzer, Head, Reference and Interlibrary Loan. Other LRC staff that will be involved directly will be Matthew Amt and Gregory Decker. Contractor Staff: a) The contractor shall supply information (name and length of time with company) about the contractor's staff who will organize and execute all the moves of collection materials. b) The contractor shall name the Project Manager to have overall responsibility for the moves and communication with LRC through the Project Officer. The contractor's Project Manager shall be onsite for the entire duration of the move and shall direct all work. The contractor shall supply the name and resume of the proposed Project Manager, shall include a list of library moves that the person has been recently involved in, and a list of three references. c) The contractor shall include the number of personnel expected for the duration of the move. The contractor shall disclose whether permanent staff will be used for the move, or if individuals will be hired locally. The contractor shall describe in detail their screening and training procedures so that the LRC can determine the skill level of the individuals being hired and/or being used for the move. The contractor shall indicate if any background check is performed on individuals hired for the move. d) Contract staff will be required to furnish picture ID to be left at the visitor’s desk each day in exchange for a contractor’s badge. e) While at any USUHS or NNMC, the contractor's personnel shall comply with all reasonable requests, standard rules, and regulations of USUHS and NNMC regarding personal and professional conduct, including without limitation any security or privacy requirements, and shall otherwise conduct themselves in a professional and business-like manner. f) The LRC reserves the right to require the immediate removal or dismissal of any of the contractor's staff if it is in the LRC's best judgment that their presence is not in the best interest of the LRC, the project, USUHS, or NNMC g) Coordination of Work with Other Agents: if other contractors are working onsite, the contractor shall cooperate in coordinating with other contractors through the Project Officer to ensure that all contractors are able to perform their assigned tasks. h) Loading Dock Access is on the Ground Floor: Contractor's use of the Loading Dock must be arranged in advance with the Project Officer and USU Facilities Office. i) Elevator Access: The LRC will provide a key for the elevator. In the event of the loss of the elevator key by the contactor, the contractor will be responsible for the replacement cost. j) Pre-Performance Conference: The successful contractor will want to review the detailed plans for the moves in advance so that any potential problems may be corrected prior to the start date. D. Contractor qualifications References: The contractor is required to submit a list of all library moves of similar scope and complexity completed within the past five years. The contractor must describe the types of materials and numbers of linear feet and/or volumes moved, the dates and duration of each move, any specific services that were performed (e.g. cleaning, bar coding, shelf preparation), and the name, telephone number, and email of a library contact qualified to comment on the performance of the contractor. Responsibilities: The contractor is responsible for all supervision, labor, materials, supplies, and transport devices and services to execute all services. Work shall be performed in a professional and timely manner. The contractor may not use any of the Library's equipment or personnel except as specifically provided for in this RFQ or as designated by the Project Officer. Special Handling Instructions for Collection Materials that are being shifted All Library materials must always be handled with due care to avoid irreparable damage or loss of text. Except for oversized volumes, volumes should be placed on shelves in an upright position, spines facing out. After volumes have been retrieved or shelved, bookends should be adjusted so that the volumes are properly supported and will not lean. Volumes should not be shelved so tightly that damage to the spine results when they are retrieved from the shelf. When volumes are removed from the shelves, each item should be grasped by the middle of the spine, not pulled by the headcap (the top of the spine) where they are most susceptible to damage. Use bookends on all shelves that are not completely filled. Ask the Project Officer for any additional bookends that are required to keep library materials from falling over while on the shelf. Use bookends on book trucks that are not completely filled with volumes to prevent items from falling over or off the book trucks. Step stools should always be used whenever necessary to retrieve or shelve material on the higher shelves. Never step on or climb on the shelving because serious injury could result, and the shelves could bend or break causing damage to collection materials. Site Visit A site visit will be held on 10 February 2009 at 9:00 a.m. at the LRC at USUHS. To attend the site visit, send an email to Nadine Utz at nadineutz@usuhs.mil by 6 February 2009 at 3 p.m. The email must contain: 1) Company Name 2) First and last name of all visitors to attend the site visit To access the NNMC and USUHS, all visitors must provide: 1) Proof of automobile registration and insurance (if driving to site visit) 2) For US Citizens born in the U.S., a Government or State photo ID 3) For Non-US Citizens or US Citizens born outside of the US, one of the following: a. US Passport b. Original naturalization Certificate (with other Government or State photo ID) c. Permanent residency card The visitors must be escorted by USUHS staff and cannot circulate through the buildings freely. Offerors and quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Evaluation Factors : In accordance with Federal Acquisition Regulation (FAR) 52.212-2, the Government will award a firm-fixed price (FFP) contract resulting from this Request for Quotes to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government; prices and other factors considered. The following evaluation factors shall be used to evaluate offers and shall be weighted by the following order of importance with item #1 being the most important: 1. Key Personnel Key Personnel will be evaluated on the extent to which the firm can provide experienced, qualified and trained staff. Firms will be asked to identify key personnel by providing a resume with relevant experience clearly indicated. Key Personnel will be evaluated on the following: a) Project Managers relevant experience b) Screening and training procedures of staff 2. Corporate Experience Corporate Experience will be evaluated on the extent to which offerors demonstrate experience with: a) Library moves of at least a similar scope and complexity completed within the past five years. b) Type of materials and number of linear feet and/or volumes moved c) Dates and duration of each move and whether the move was completed within the projected timeframe. d) Specific services that were performed (e.g. cleaning, bar coding, shelf preparation) Corporate experience will be confirmed through references. Contractors must submit three (3) references with the name, telephone number and email address of a valid point of contact for each reference. 3. Price A price analysis is anticipated to be performed to include an examination of the prices offered, the range of prices proposed by offerors, the experience of the competing offerors in doing the work, and the exceptions taken. Requirements: 1) To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR website at http://www.ccr.gov. 2) All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications – Commercial Items, with their offer. This document can be found at http://www.ustda.gov/businessopps/dmdocs/FAR52.212-3.pdf. The following provisions and clauses, which may be viewed at http://www.acquisition.gov/far/, may apply to this contract: 52.212-1, Instructions to Offerors – Commercial Items 52.212-2, Evaluation – Commercial Items 52.212-3, Offeror Representations and Certifications – Commercial Items 52.212-4, Contract Terms and Conditions – Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; applicable clauses contained within: 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action For Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-36, Payment by Third Party 52.252-2 Clauses Incorporated By Reference, Fill ins are as follows: www.arnet.gov www.acq.osd.mil 252.204-7004 Alternate A, Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; applicable clauses contained within: 252.225-7001 Buying American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7021 Trade Agreements Deadlines: All responsible sources may submit a quotation which shall be considered by the agency. Direct any communications, questions or inquiries in writing to Nadine Utz, Contract Specialist, at Directorate of Contracting, Rm A1040C, USUHS, 4301 Jones Bridge Road, Bethesda, MD 20814-4799 or via email to nadineutz@usuhs.mil. Hand deliveries will not be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f441be742cd69c234d067eb236f28348&tab=core&_cview=1)
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799, United States
- Zip Code: 20814-4799
- Zip Code: 20814-4799
- Record
- SN01749192-W 20090213/090211221308-fc5880eeb396899b38ff047554040a2d (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 |