SOLICITATION NOTICE
V -- Relocation Services
- Notice Date
- 9/24/2009
- Notice Type
- Presolicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-RFP-10-1010
- Archive Date
- 10/5/2009
- Point of Contact
- Michele A Tubman, Phone: 410-965-9463, Jacqueline R Lessig, Phone: 4109659480
- E-Mail Address
-
michele.tubman@ssa.gov, jacqueline.lessig@ssa.gov
(michele.tubman@ssa.gov, jacqueline.lessig@ssa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Social Security Administration intends to contract for relocation services for Government-owned Ethernet local area networks (LAN) including Voice over Internet Protocol (VOIP) equipment and associated peripheral equipment. The relocation services must include the breakdown, packing, relocation, transportation, reinstallation, shipping and other related tasks associated with the relocation of the government owned equipment within the Continental United States, District of Columbia, Hawaii, Alaska, Puerto Rico, Guam, America Samoa, the Virgin Islands and the Marina Islands. The Social Security Administration intends to contract for relocation services for Government-owned Ethernet local area networks (LAN) including Voice over Internet Protocol (VOIP) equipment and associated peripheral equipment. The relocation services must include the breakdown, packing, relocation, transportation, reinstallation, shipping and other related tasks associated with the relocation of the government owned equipment within the Continental United States, District of Columbia, Hawaii, Alaska, Puerto Rico, Guam, America Samoa, the Virgin Islands and the Marina Islands. SSA anticipates that a fixed price contract with minimal labor-hour rates for unforeseen conditions will be awarded. The anticipated contract life is seven years; one (1) base year with four (4) one-year option periods and two (2) one-year performance based incentive periods. This is a 8(a) set-aside requirement. The North American Industry Classification (NAICS) code for this requirement is 541614. The size standard for this NAICS code is $ 7 million. The services will be procured utilizing the procedures in the Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items, FAR Part 15 - Contracting by Negotiation and FAR Part 19 - Small Business Programs. The Request for Proposal will be issued under solicitation number SSA-RFP-10-1010 on or about October 2, 2009. Interested parties must respond to the solicitation in order to be considered for any resultant contract. The solicitation and any related documents for this procurement will be made available to interested parities through electronic media for downloading via the internet at Federal Business Opportunities (FedBizOpps) at www.fedbizops.gov. HARD COPIES OF THE RFP WILL NOT BE MADE AVAILABLE. THE CONTRACTING OFFICERS LISTED BELOW WILL NOT BE ACCEPTING ANY CALLS IN REFERENCE TO THIS PRE-SOLICITATION NOTICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFP-10-1010/listing.html)
- Place of Performance
- Address: Continental United States, District of Columbia, Hawaii, Alaska, Puerto Rico, Guam, America Samoa, the Virgin Islands and the Marina Islands., United States
- Record
- SN01969809-W 20090926/090925001957-399ba1e8b033b96841b1d6fe052565da (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 |