MODIFICATION
V -- Amendment to upload solicitation document
- Notice Date
- 11/6/2009
- Notice Type
- Modification/Amendment
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-10-R-0006
- Response Due
- 11/20/2009
- Archive Date
- 1/19/2010
- Point of Contact
- ofelia.rivera, 703 428 0833
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(riveraop-hqtmp@conus.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Section SF 1449 - CONTINUATION SHEET PWS INSTALLATION/RECONFIGURATION OF RE-UTILIZED FURNITURE PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, tools, materials, other items, supervision, and non-personal services necessary to perform disassembly, reconfiguration, relocation and installation of Air Force owned, new & existing systems, freestanding and modular furniture as defined in this Performance Work Statement and specific requirements of each Call Order except as Specified in Part 3 as government furnished property and services at Pentagon and National Capitol Region. The contractor shall perform to the standards in this contract. 1.2 Background: SAF/AAF (Secretary of the Air Force/ Administrative Assistant Facilities Support Directorate) is the office responsible for providing furniture, finishes and construction support to Air Force tenant organizations in the Pentagon and other locations throughout the National Capitol Region. SAF/AAF has an on-going need for furniture services to accomplish its Mission. 1.3 Objectives: To have a contract with a vendor that can provide all of the required services on an as-needed (on-call) basis. Government will provide the contractor at least 3 days notice of the work requirements when possible, but occasional urgent requests will require a rapid (almost immediate) response. 1.4 Scope: Contractor shall provide various furniture services to include design, site visits, installation, reconfiguration, disassembly, delivery, palletizing, relocation, transport, minor refurbishing and inventory management of various brands of Air Force owned/re-utilized/existing stock furniture such as tiled/ monolithic/ systems furniture, demountable-wall systems, wood/systems/laminate modular furniture, case goods and upholstered seating to include chairs, tables, storage cabinets, and accessories as required by Air Force per specific requirements of each call order. 1.5Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: Base Year01 December 2009 through 30 November 2010 Option Year 101 December 2010 through 30 November 2011 Option Year 201 December 2011 through 30 November 2012 Option Year 301 December 2012 through 30 November 2013 Option Year 401 December 2013 through 30 November 2014 The Government reserves the right to extend the term of this contract at the prices set forth in Section B in accordance with the terms and conditions contained in clause 52.217-9 entitled, Option to Extend the Term of the Contract. 1.6General Information: Terms and Conditions: 1The following individuals are authorized ordering officers: Joan Rendl, Mercedes Greene, Rhonda Gill, and Tracie Love. Credit Card Holders are as follows: Joan Rendl, Mercedes Greene, Rhonda Gill, and Tracie Love. Billing Official is as follows: Jim Boitz. Alternate Billing Official: Paul Jensen. Address of the ordering Officers, Credit Card Holders and Billing Officials: SAF/AAF, 1435 Air Force Pentagon -Room 5D855 Washington, D.C 20330-1435 Tel: (703) 697-8222. 2 Schedules, destination, and completion dates will be negotiated between the requesting Project Officer and the service provider on each Call Order in accordance with the specification in this Performance Work Statement. 3Air Force requires a written estimate of cost and must approve the estimate prior to start of work. Payment authorization will be given after government accepts completed work. All credit card receipts or invoices, with a copy of written estimate and call order attached, will be due to SAF/AAF within 3 business days after the work is accomplished. 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality control program is the means by which he assures himself that his work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary. After acceptance of the quality control plan the contractor shall receive the contracting officers acceptance in writing of any proposed change to his QC system. QC Plan is to be delivered within 45 days of award of contract. 1.6.2 Quality Assurance: The government shall evaluate the contractors performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Government Remedies: The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items or 52.246-4, Inspection of Services-Fixed Price for contractors failure to perform satisfactory services or failure to correct non-conforming services. 1.6.4 Recognized Holidays: Contractor is not required to perform services on these Holidays unless agreed upon in advance. New Years DayLabor Day Martin Luther King Jr.s BirthdayColumbus Day Presidents DayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.5 Hours of Operation/Place of Performance: The contractor is responsible for being available for conducting work between the hours of 6:30 A.M. to 5:00 P.M. Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this statement of work when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential. Work may be required occasionally at other than Normal Hours. Most of the work will take place in the Pentagon. However the contractor may be required to work outside the Pentagon. These locations include, but are not limited to, Department of Defense installations such as Fort Belvoir, Bolling Air Force Base, Andrews Air Force Base and leased facilities within the National Capitol Region such as Rosslyn, Crystal City, and Alexandria, VA. 1.6.6 Type of Contract: The Government anticipates award of a Blanket Purchase Agreement with work issued by a Call order to the contractor and paid via Government Credit Card or Defense Financial Accounting System (DFAS). 1.6.7 Security Requirements: No special security clearance is required for the performance of this work. All personnel must be able to qualify for and maintain a Pentagon Building Pass (to qualify, applicant shall complete DD Form 2249 and receive favorable status from National Crime Information Center (NCIC) background check). Additionally those same individuals may also be required to obtain (by providing similar information as required for the Building Pass, a Common Access Card (CAC). Air Force will sponsor a maximum total of ten individuals in a one year period. 1.6.7.1 PHYSICAL Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. Contractor shall secure their own tools and equipment. 1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the next payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the next payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractors employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3Lock Combinations. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. These procedures shall be included in the Contractors Quality Control Plan. 1.6.7.4 Conservation of Utilities. The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 1.6.8 Special Qualifications: None required. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) is identified below: Ms. Joan Rendl, 1435 Air Force Pentagon, Room 5D855, Washington, DC 20330-1435, (desk phone) 703-695-1340 or (main office phone) 703-697-8222, (fax) 703-693-5808, (e-mail) joan.rendl@pentagon.af.mil The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. All personnel shall have a neat appearance and be easily recognized as an outside service provider. This may be accomplished by wearing distinctive clothing bearing name of company. PART 2 DEFINITIONS & ACRONYMS PWS Performance Work Statement Contracting Officers Representative (COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor CCE Contracting Center of Excellence Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Statement. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 GENERAL: The government shall provide, the facilities, equipment, materials, and/or services listed below. 3.2Equipment: The Government will provide: POWERED PALLET TRUCK: SAF/AAF currently owns 2 pallet jacks (Both are Raymond, Model # 112TM-FRE60L, in good condition) and will be made available to Contractor but Contractor cannot rely on it being available or that SAF/AAF will always own a pallet jack. Contractor shall advise SAF/AAF of any unsafe conditions or mechanical malfunctions so that government can have repairs made and breakdowns can be kept to a minimum. Any personnel operating the pallet jack must obtain, in advance of operating it, Special Purpose Vehicle (SPV) training and certification as required by Pentagon Building Management Office (PBMO). Pallet jacks/powered vehicles are not authorized in all areas of the Pentagon and operators must adhere to PBMO rules and guidance that are taught in the training and issued subsequently. Air Force will sponsor designated personnel as appropriate and needed. SHRINK-WRAP: Air Force will supply shrink-wrap to be used in palletizing of furniture. Contractor shall advise SAF/AAF when supply is at 3 rolls. PERSONAL PROTECTIVE GEAR (PPE): Though not required in normal course of work, Air Force will have available for occasional and temporary use a hard hat, safety glasses and a reflective vest for no more than 4 personnel at a time. Though required on construction sites, Air Force will never provide safety shoes. If PPE is found to be needed for longer durations or to meet specific Task Order requirements, then contractor shall provide their own. 3.3 Services: 3.3.1 Utilities. All utilities in the facility will be available for the contractors use in performance of duties outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities. For any work that is tasked to take place at other than Normal Hours, and if any facility related over-time costs are to be incurred (i.e. HVAC, dock, elevators), those costs will be borne by SAF/AAF. 3.4 Facilities: The Government will NOT furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. All administrative work is to be performed at Contractors place of business, using their equipment. A room or an area within a room (approximately 10 square feet) may be provided to the Contractor for storing their tools or equipment. Security may be limited and access not monitored and therefore Contractor will assume risk. SAF/AAF will take measures to help with safeguarding, but the Government accepts no liability for loss or damage to Contractors property. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this PWS. PROOF OF INSURANCE: Proof of insurance must be presented when requested. PERSONNEL: All personnel must be able to read, write, speak, and understand English. Additionally, personnel must exhibit a professional attitude, be courteous and polite. Even though the nature of work is labor intensive, but due to the work location and its clientele, the contractors personnel must be able to work independently, problem-solve, meet deadlines and follow both written and verbal instructions. 4.2 Secret Facility Clearance: None Required. Most spaces and buildings where work is to be performed will have some kind of security measures in place. All rules pertaining to specific security requirements for spaces entered must be strictly adhered to at all times. The project officer will advise Contractor of the expected security level in the work area specified in Task Order. Contractor must be prepared to be escorted through out the space, adhere to any extra requirements of sign-in and sign-out, and may be required to turn off and /or relinquish their pagers and/or cell phones for duration of being in the secure space. PART 5 SPECIFIC TASKS 5.1 BASIC SERVICES. The contractor shall provide the appropriately qualified personnel to perform various services for the multiple furniture brands and types of Air Force owned, new and existing furniture as outlined in this description of work, throughout the PWS and as specified by Call Order. Task requirements will vary on a daily basis so the contractor must be able to adapt to uncertain and changing requirements and scheduling challenges. Contractor shall provide a single Point of Contact (POC) to SAF/AAF to be available during Normal Duty Hours within 2 business hours of notification to discuss and/or meet at an installation site. This person needs to be knowledgeable of the technical and scheduling aspects of the work. This POC shall maintain and provide to SAF/AAF, a current calendar of SAF/AAF scheduled work and be available to attend weekly SAF/AAF staff meetings. Air Force will sponsor a maximum of ten individuals for Pentagon Building Pass and/or CAC in a one year period so it will be advantageous for the contractor to maintain a small group of personnel that can respond to Air Force requests for work. Call Orders may include one or more services and/or typicals, and be combined in a variety of ways and quantities. Typical services are: deliver, install, design, reconfigure, disassemble, move, transport, palletize, clean, repair, and inventory manage. Typical furniture brand names being installed/reconfigured may include, but are not limited to, Unicor, Trendway, Haworth, Allsteel, Kimball, Herman Miller, Steelcase, HON, Inscape, Dar/Ran, Jofco, Nucraft, Knoll, Trinity, and Paoli. Typical furniture types consist of, but are not limited to, systems, modular and freestanding. Systems furniture may be monolithic or tiled, and may include demountable wall systems. Modular furniture may be modular systems furniture called Kit of Parts (KOP), modular wood case goods, or any modular metal/ laminate/wood furniture workstations. Freestanding may be upholstered seating, or metal/laminate/wood case goods, files or cabinets. 5.1.1 Disassembly: The contractor shall disassemble systems/modular furniture as specified by Call Order. It may be required to prepare the disassembled product for re-use, disposal and/or transport. Call order may require the product to be neatly placed and/or stacked either within the room or elsewhere outside the room. It may also require a written listing of the product (part, description, size, fabric, color, quantity, and condition) to be provided to government project officer. Contractor may also be required to attach paperwork on to the furniture (usually government provided storage permits and/or product identification papers). During work in progress, the work area is to be maintained neat and safe, free from accumulation of waste materials and/or debris and with minimal noise disturbance and interference to government operations and personnel. At completion of project, the work area shall be left clean, neat and orderly. 5.1.2 Installation: The contractor shall install/place the systems/modular/freestanding furniture per drawing or instructions as specified by Call Order and in accordance with industry/manufacturer standards for a safe and functional installation. An installation drawing may either be provided by contractor and approved by end user/government project officer or provided to contractor by the Government. The drawing may be detailed with specific instructions or it may be limited in detail and the contractor shall be responsible for how best to meet the intent from available product. During work in progress, the work area is to be maintained neat and safe, free from accumulation of waste materials and/or debris and with minimal noise disturbance and interference to government operations and personnel. At end of install, the work area shall be neat, free of debris, vacuumed, and the inside and outside of furniture components wiped down with dust cloth and appropriate cleaner. Prior to completion of project, a punch listing of any deficiencies should be provided to and reviewed with Project Officer to determine resolution. 5.1.3 Delivery/Moving/Transportation: Contractor shall move/transport the Air Force owned furniture within a building or between separate locations such as Pentagon, leased facility(s), or military installation(s) within the National Capitol Region (NCR). Call order may require product to be delivered to/received at a warehouse, storage or job site location. Though rare, there may be times that Contactor shall make provisions to hold/temporarily store product in a contractor provided facility/location as specified by Call Order. To facilitate move/transports between buildings, Contractor shall provide appropriate vehicle(s) and manpower for loading and off-loading. Contractor shall provide any driver/truck information as required by the building/installations loading dock official in advance and within the time frame required. 5.1.4 Design/Reconfiguration: The contractor shall provide various levels of design, consultation, specification and reconfiguration solutions as specified by Call Order. Some designs may be a single oral consultation to determine reconfiguration solution and then create a product pull list for implementation. Other designs may require two meetings; the initial meeting with the government project officer/end user who is receiving reconfigured furniture, and the second meeting to present the design solution. Contractor may need to provide and/or change a design solution based on available product. Drawings may range from hand sketches of a measured floor plan with or without a product listing to formal AutoCAD designs requiring detailed product specifications. Call Order may require contractor to survey/measure the site and advise government of potential non-fit. All designs shall adhere to appropriate building and life/safety codes. Level I: Hand sketch of a measured floor plan. Specifications and product inventory listing may or may not be required. Level II: Formal AutoCAD design. Specifications are required. 5.1.5 Miscellaneous/Skilled Labor: The contractor shall provide various levels of Miscellaneous/skilled labor as specified by a Call Order. Labor services include, but are not limited to, padding, packing, crating, palletizing, shrink-wrapping, inventory listing, moving, pickup, delivery, loading, off-loading, repositioning, disposal, debris removal, and uncrating. Contractor shall furnish all packing, crating, and padding materials as necessary to meet the requirements specified by Call Order. Contractor shall provide on an as-needed basis, as specified by Call Order, site surveys, measuring, cleaning, touch-up, minor repair or modifications to systems, modular or freestanding furniture items. Contractor shall provide on an as-needed basis, as specified by Call Order, various inventory management services in government provided warehouse space. These services may include, but are not limited to, conducting detailed inventory of Air Force furniture, tracking and maintaining the inventory to assure proper counts, condition and disposition, checking and reconciling physical counts with written counts, communicating and coordinating with warehouse personnel regarding deliveries to and from warehouse, receiving deliveries on behalf of Air force, conducting disposal activities and any various activities to help Air force monitor and maintain their inventory. PART 6 APPLICABLE PUBLICATIONS 6.1 Publications applicable to this PWS are listed below: Advisory (per 1.6.7 Security Requirements:) PENTAGON BUILDING PASS and Common Access Card (CAC): http://www.pfpa.mil/ NCIC: The purpose for maintaining the NCIC system is to provide a computerized database for ready access by a criminal justice agency making an inquiry and for prompt disclosure of information in the system from other criminal justice agencies about crimes and criminals. This information assists authorized agencies in criminal justice and related law enforcement objectives, such as apprehending fugitives, locating missing persons, locating and returning stolen property, as well as in the protection of the law enforcement officers encountering the individuals described in the system. http://www.fbi.gov/hq/cjisd/ncic.htm Advisory (per 5.1.4 Design/Reconfiguration:) Arlington County building codes: http://www.arlingtonva.us/departments/CPHD/isd/CPHDIsdCriteriaCodes.aspx Advisory (per 5.1.4 Design/Reconfiguration:) American Disabilities Act (ADA) http://www.ada.gov/stdspdf.htm see ADA Standards for Accessible Design Advisory (per Part 1 and Part 5) Washington Headquarters Service (WHS) Washington Headquarters Services (WHS) manages DoD-wide programs and operations for the Pentagon Reservation and DoD leased facilities in the National Capital Region http://www.whs.pentagon.mil/ TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required)StandardPERFORMANCE THRESHOLD (THIS IS THE MAXIMUM ERROR RATE. IT COULD POSSIBLY BE ZERO DEVIATION FROM STANDARD) Method of Surveillance PERFORMANCE OBJECTIVE #1 (Per PWS paragraph 5.1.1) Disassembly: The contractor shall disassemble systems/modular furniture as specified by Call Order. It may be required to prepare the disassembled product for re-use, disposal and/or transport. Call order may require the product to be neatly placed and/or stacked either within the room or elsewhere outside the room. It may also require a written listing of the product (part, description, size, fabric, color, quantity, and condition) to be provided to government project officer. Contractor may also be required to attach paperwork on to the furniture (usually government provided storage permits and/or product identification papers). During work in progress, the work area is to be maintained neat and safe, free from accumulation of waste materials and/or debris and with minimal noise disturbance and interference to government operations and personnel. At completion of project, the work area shall be left clean, neat and orderly. Disassembled and placed in a manner for minimal loss and damage so product can be reassembled. The periods of accomplishments will be determined as follows: Disassembly of 1-14 workstations: 1 calendar day. Disassembly of 15 or more workstations: 1 calendar day per 14 workstations. Minor loss and damage so product can be reassembled. PERIODIC SURVEILLANCE: SEMI-ANNUAL EVALUATION. PERFORMANCE OBJECTIVE #2 (Per PWS paragraph 5.1.2) Installation: The contractor shall install/place the systems/modular/freestanding furniture per drawing or instructions as specified by Call Order and in accordance with industry/manufacturer standards for a safe and functional installation. An installation drawing may either be provided by contractor and approved by end user/government project officer or provided to contractor by the Government. The drawing may be detailed with specific instructions or it may be limited in detail and the contractor shall be responsible for how best to meet the intent from available product. During work in progress, the work area is to be maintained neat and safe, free from accumulation of waste materials and/or debris and with minimal noise disturbance and interference to government operations and personnel. At end of install, the work area shall be neat, free of debris, vacuumed, and the inside and outside of furniture components wiped down with dust cloth and appropriate cleaner. Prior to completion of project, a punch listing of any deficiencies should be provided to and reviewed with Project Officer to determine resolution. Installed and placed in a manner per Government approved drawing/instructions and in accordance with industry/manufacturer standards for a safe and functional installation. Electrified panels when necessary to the end result, shall be inter-connected and attached to the electrified whip provided. Task lights, keyboard trays, overhead bins, storage cabinets shall be operational. Surfaces and the inside and outside of components shall be wiped down with dust cloth and cleaner. The periods of accomplishments will be determined as follows: Installation of 1-7 workstations: 1 calendar day. Installation of 8 or more workstations: 1 calendar day per 7 workstations. Essential components such as panels, work surfaces and in some cases, overhead bins must be in place on the agreed upon date so tenant could occupy and use the space without major disruption after occupying. Touch-up may be needed and non-essential parts and components such as trim/cover pieces may not be in place, but a punch list with an install/correction date of any deficiencies should be provided to Project Officer. PERIODIC SURVEILLANCE: SEMI-ANNUAL EVALUATION. PERFORMANCE OBJECTIVE #3 (Per PWS paragraph 5.1.3) Delivery/Moving/Transportation: Contractor shall move/transport the Air Force owned furniture within a building or between separate locations such as Pentagon, leased facility(s), or military installation(s) within the National Capitol Region (NCR). Call order may require product to be delivered to/received at a warehouse, storage or job site location. Though rare, there may be times that Contactor shall make provisions to hold/temporarily store product in a contractor provided facility/location as specified by Call Order. To facilitate move/transports between buildings, Contractor shall provide appropriate vehicle(s) and manpower for loading and off-loading. Contractor shall provide any driver/truck information as required by the building/installations loading dock official in advance and within the time frame required. Arrive in same condition as it departed. Minor loss and damage so product can be re-used. PERIODIC SURVEILLANCE: SEMI-ANNUAL EVALUATION. PERFORMANCE OBJECTIVE #4 (Per PWS paragraph 5.1.4) Design/Reconfiguration: The contractor shall provide various levels of design, consultation, specification and reconfiguration solutions as specified by Call Order. Some designs may be a single oral consultation to determine reconfiguration solution and then create a product pull list for implementation. Other designs may require two meetings; the initial meeting with the government project officer/end user who is receiving reconfigured furniture, and the second meeting to present the design solution. Contractor may need to provide and/or change a design solution based on available product. Drawings may range from hand sketches of a measured floor plan with or without a product listing to formal AutoCAD designs requiring detailed product specifications. Call Order may require contractor to survey/measure the site and advise government of potential non-fit. All designs shall adhere to appropriate building and life/safety codes. Level I: Hand sketch of a measured floor plan. Specifications and product inventory listing may or may not be required. Level II: Formal AutoCAD design. Specifications are required. Design solutions must include site visit/measurements, fit, be functional, use parts from inventory and/or identify deficiencies and adhere to life/safety codes. The periods of accomplishments will be determined as follows: Design Level I: Maximum 5 business days Design Level II: Maximum 10 business days Solution must be clear, to level of detail necessary to convey the desired result, and presented in a manner that can be understood by government project officer. PERIODIC SURVEILLANCE: SEMI-ANNUAL EVALUATION. PERFORMANCE OBJECTIVE #5 (Per PWS paragraph 5.1.5) Miscellaneous/Skilled Labor: The contractor shall provide various levels of Miscellaneous/skilled labor as specified by a Call Order. Labor services include, but are not limited to, padding, packing, crating, palletizing, shrink-wrapping, inventory listing, moving, pickup, delivery, loading, off-loading, repositioning, disposal, debris removal, and uncrating. Contractor shall furnish all packing, crating, and padding materials as necessary to meet the requirements specified by Call Order. Contractor shall provide on an as-needed basis, as specified by Call Order, site surveys, measuring, cleaning, touch-up, minor repair or modifications to systems, modular or freestanding furniture items. Contractor shall provide on an as-needed basis, as specified by Call Order, various inventory management services in government provided warehouse space. These services may include, but are not limited to, conducting detailed inventory of Air Force furniture, tracking and maintaining the inventory to assure proper counts, condition and disposition, checking and reconciling physical counts with written counts, communicating and coordinating with warehouse personnel regarding deliveries to and from warehouse, receiving deliveries on behalf of Air force, conducting disposal activities and any various activities to help Air force monitor and maintain their inventory. As the required services are varied, the end result must fulfill the requirement of the Task Order. Result must satisfy the expectations of the government project officer. PERIODIC SURVEILLANCE: SEMI-ANNUAL EVALUATION AND/OR IF NEEDED IN RESPONSE TO A VALIDATED CUSTOMER COMPLAINT. BPA BLANKET PURCHASE AGREEMENT (BPA) BETWEEN CONTRACTING CENTER OF EXCELLENCE (CCE) AND Contractor To Be Determined Pursuant to FAR 13.303, the contractor agrees to the following terms of subject Blanket Purchase Agreement (BPA) with CCE, located at 5200 Army Pentagon, Washington, DC 20310-5200: 1.DESCRIPTION OF AGREEMENT: The contractor shall provide services as delineated in the Performance Work Statement portion of this BPA, if and when requested by the contracting officer (or the authorized representative of the contracting officer), during the period of dd/mm/yyyy through dd/mm/yyyy. When requested, the contracting officer shall issue via a BPA call to fund the service. Calls made against this BPA shall be referred to as call orders. TERM OF THE BPA: This BPA expires five years from issuance date (Date of Award through dd/mm/yyyy). The Government reserves the right to cancel a BPA at any time if it is no longer needed, no longer represents competitive pricing, does not provide adequate service, (delivery billing, quality of service), or the BPA holder is otherwise not in compliance with BPA terms and conditions. The BPA remains in effect until notification of termination by either part. 2.EXTENT OF OBLIGATION: This BPA does not obligate any funds. Orders placed against this BPA shall be paid by the Defense Financial Accounting System (DFAS), Indianapolis Branch or Government Purchase Card. The government is obligated only to the extent of authorized purchase(s) actually made under this BPA. There is no minimum guarantee. 3.AUTHORIZED USERS: This BPA is open for ordering by Department of the Air Force, SAF/AAF. 4.ORDERING OFFICER: The following contracting officer or ordering officers shall be the only individual(s) authorized to place orders under this contract: Danny E. Golden, Phone: 703-428-0159 Email: GoldenD-HQTMP@conus.army.mil Contracting Center of Excellence Ordering officers shall be appointed by the contracting officer in writing and the contractor shall be notified in writing of individuals authorized to order services. Authorized ordering officers are: Joan Rendl, Mercedes Greene, Rhonda Gill, and Tracie Love. Address of the ordering officers: 1435 Air Force Pentagon -Room 5D855 Washington, D.C 20330-1435 Tel: (703) 697-8222. 5.PURCHASE LIMITS: This BPA contains two purchase limitations: The aggregate amount of the BPA is $1,500,000.00 and the individual call order(s) is $25,000.00 for ordering officers, no ceiling for orders issued by the Contracting Officer indicated above. 6.PRICING TERMS: Prices included in this Agreement shall be in effect for the first twelve (12) month period of the order. Negotiated Unit prices for each option shall become effective upon exercising of the option unless a different period is agreed to by the parties. Prices for the current period and all Options are included in the Schedule of this Agreement. 7.USE OF GOVERNMENT PURCHASE CARD UNDER THIS BPA: Contractor is required to accept the Government purchase card for payments equal to or less than the micro-purchase threshold for oral or written delivery cases. Government purchase cards will be acceptable for payment above the micro-purchase threshold. To avoid payment delays, the contractor shall notify the cardholder immediately if the Bank denies a Government Purchase Card transaction. In addition, bank account information for wire transfer payments will be shown on the invoice in cases not using the Government purchase card. 8.DISCOUNTS: CCE shall review the rate discounts annually, prior to September 30th. Any further discounts shall be reflected in an amendment for the following fiscal year. 9.CALL ORDERS: The contracting officer or its authorized ordering officials shall issue call orders to request services as needed. The individual calls shall be paid by the purchase card or purchase order (method of payment will be determined at the time of the call) and shall be limited to the dollar amount specified above. 10.TYPE OF DELIVERY CALL ORDERS: All calls placed under the BPAs shall be Firm Fixed Price (FFP), to include the Firm (fully burdened) Fixed Labor rates. Prices shall not escalate and are not subject to upward adjustment during the term of the BPA. Spot discounting is encouraged. At no time shall prices submitted to DOD exceed the set price as stated in the agreement. 11.SUMMARY REPORT OF CALL ORDERS: Contractor shall provide a monthly Summary Report of all call orders placed against BPAs. The Summary must include: (a)Office /Organization (b)Name of person whom placed order (c)Date of order (d)Quantity of order (e)Dollar amount 12. INVOICES: All shipments under this agreement not acquired by use of the Government purchase card, shall be accomplished by invoices containing the following minimum information: (a)Name of supplier/contractor (b)BPA and Call Numbers (c)Date of Purchase (d)Purchase number (e)Date of delivery or shipment. (f)Itemized list of quantity, unit price and extension need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information. 13.SHIPPING/DELIVERY: All shipments shall be identified per call order. 14.INVOICES: The Government credit card shall be the preferred method of payment. In the event that deliveries are not paid by the Government credit card, a summary invoice of all the deliveries shall be submitted at least quarterly or upon expiration of this BPA, whichever occurs first. The invoices shall identify the delivery tickets, their total dollar value, and supporting receipt copies of the delivery tickets. Also refer to the clause FAR 52.232-36. 15. ANNOUNCING THE BPA: Contracting Center of Excellence and the contractor understand that by signature hereunder, CCE grants the Contractor the authority to announce the existence of this BPA. This authority includes, but not limited to, the Contractor announcing this BPA on its World Wide Web (Internet) site, using direct marketing mailings and telemarketing. At no time is the Contractor authorized to advertise the award of a BPA in its commercial advertising in such manner as to state or imply that CCE endorses a product, project, or any Commercial Line of endeavor. 16. Contracting Office Point of Contact: The point of contact for the contracting office is Ms. Ofelia Rivera at 703-428 -833 email: RiveraOP-HQTMP@conus.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eafba29e53e9cea11c50f9e199657b81)
- Place of Performance
- Address: Secretary of the Air Force/Administrative Assistant Facilities Support Directorate 1435 Air Force Pentagon Washington DC
- Zip Code: 20310-1435
- Zip Code: 20310-1435
- Record
- SN01999804-W 20091108/091106235846-eafba29e53e9cea11c50f9e199657b81 (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 |