SOURCES SOUGHT
99 -- Office Relocation Services
- Notice Date
- 2/8/2010
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-10-R-02786
- Response Due
- 2/25/2010
- Archive Date
- 3/12/2010
- Point of Contact
- Connie Houpt, 405-954-7820
- E-Mail Address
-
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA) at the FAA Mike Monroney Aeronautical Center, Oklahoma City, Oklahoma, has a requirement for office relocation and furniture reconfiguration services. The contractor shall perform all of the services required to remove office furniture, equipment, excess material, and related supplies from its present location, transport the property to the designated areas within the new location and place them at the new location. The contractor shall furnish laborers, trucks and furniture moving equipment (e.g. four wheelers, carts, etc.) to accomplish the work described in the Statement of Work; e.g. excess property pick up, furniture installation/reconfiguration, moving activities, special event activities, furniture cleaning, furniture repair, specialized moving activities and special handling moving activities. While a contract for these services was awarded in September, 2009, it was determined that the estimated scope of work was not accurately reflected in the schedule of work. This "re-compete" effort reflects the revised scope of work. The current contract will be "Terminated for Convenience" of the Government upon award of the new contract. This requirement is 100% set-aside for competition among small businesses. A technical, as well as cost, evaluation will be conducted to determine "Best Value" to the FAA. A detailed description of the technical submittal and subsequent evaluation can be found in Sections L and M of the Screening Information Request/Request for Offer (SIR/RFO). All technical submittals should be organized as directed in Section L. It is anticipated that an Indefinite-Delivery/Requirements type contract with Time-and-Material pricing arrangements will be awarded as a result of this SIR/RFO. It is anticipated that the base period of the new contract will run from April 1, 2010 to September 31, 2010, with option years available on a fiscal year basis for the following four years. ANY QUESTIONS REGARDING THIS SIR/RFO AND SOW MUST BE RECEIVED PRIOR TO FEBRUARY 16, 2010 FOR ANSWERS TO BE PROVIDED BEFORE THE PROPOSALS ARE DUE. Contractors must be registered with the Central Contractor Registration, www.ccr.gov on the date established for receipt of offers, February 25, 2010. Reference AMS clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." In addition, all contractors shall complete and return the attached Business Declaration Form with their proposals. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Technical and cost proposals must be received by the FAA, no later than 2:00 p.m. CST, Thursday, February 25, 2010. Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. Hand-delivered responses will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Overnight delivery of responses to this SIR/RFO could also be impacted if not sent in sufficient time to allow for special mail handling procedures in place at the Aeronautical Center. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-10-R-02786/listing.html)
- Record
- SN02060649-W 20100210/100208234731-1c3f6a6b6e1ed1e4b03aefdf66def709 (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 |