SOLICITATION NOTICE
V -- Packing & Crating - Solicitation - solicitation documents
- Notice Date
- 7/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488991
— Packing and Crating
- Contracting Office
- Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
- ZIP Code
- 72099-4971
- Solicitation Number
- FA4460-10-R-0008PackingandCrating
- Archive Date
- 9/4/2010
- Point of Contact
- Hannah Kosirog, Phone: 5019873845, Shawn N. Xiong, Phone: 5019873728
- E-Mail Address
-
Hannah.Kosirog@littlerock.af.mil, shawn.xiong@littlerock.af.mil
(Hannah.Kosirog@littlerock.af.mil, shawn.xiong@littlerock.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment G6 Attachment G5 Attachment G4 Attachment G3 Attachment G2 Attachment G1 Attachment 2 Attachment 1 Appendix G solicitation The following is a brief description of the services required at Little Rock AFB. Packing, Crating, and Local Drayage for Little Rock AFB, AR, for a base period with four option periods, including the following Contract Area of Performance: Arkansas, Baxter, Clay, Cleburne, Conway, Craighead, Faulkner, Fulton, Garland, Grant, Greene, Hot Springs, Independence, Izard, Jackson, Jefferson, Lawrence, Lonoke, Marion, Mississippi, Perry, Poinsett, Prairie, Pulaski, Randolph, Saline, Searcy, Sharp, Stone, Van Buren and White Counties in AR. Includes: Butler, Carter, Dunklin, Mississippi, New Madrid, Pemiscot and Ripley Counties in Missouri. The contractor will furnish all personnel, equipment, facilities, supplies, services and materials, except as specified herein as government-furnished, for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services through the DPM. Work to be performed will be those services in the Schedules awarded to the contractor as outlined in individual Contract Line Item Number (CLIN) items. Complete Service - Outbound (HHG). Services must include premove survey, servicing of appliances, disassembly of furniture, packaging, inventorying, tagging, wrapping, padding, packing and bracing of HHG in Government-owned and furnished shipping containers at member's/employee's residence, or at contractor's facility when ordered by the contracting officer, properly securing and sealing for shipment, weighing, obliterating old markings, marking, strapping, and drayage of the container within an area of performance. Service must also include loading of shipments on linehaul carrier's equipment at the contractor's facility. When containers will not accommodate all articles of any one lot, loose articles must be packed in the said containers before any over-packed articles are placed therein. Outbound (HHG From Nontemporary Storage). Service must be the same as Complete Service - Outbound (HHG) (as seen above) except that: (a) HHG must be picked up at a nontemporary storage facility and transported to contractor's facility; or (b) HHG must be delivered to contractor's facility; and (c) premove survey, servicing of appliances, preliminary packing and accessorial services must not be provided. Complete Service-Outbound (Unaccompanied Baggage). Service includes packaging, inventorying, packing in Government approved containers, weighing, strapping, obliteration of old markings, marking, and loading shipments on the linehaul carrier's equipment. Service must be performed at member's/employee's residence. (Service may be performed at contractor's facility when ordered by the Ordering Officer). Outbound Service-Unaccompanied Baggage Packed by Member/Employee. Service must include weighing, strapping, banding, obliterating old markings, and marking. Service may include containerization in outer shipping containers as ordered by the contracting officer. INFORMATION REGARDING SUBMISSION OF PROPOSAL: To submit a bid reference clause 52.212-1. This includes but is not limited to: Submit original and one (1) copy (a) Complete and return necessary fill-ins and certifications IAW provision instructions for the following: blocks 12, 17a, and 30a, b, and c of the SF 1449. In doing so, the offeror accedes to the contract terms and conditions as written in the SOLICITATION, with attachments. The SOLICITATION constitutes the model contract. (b) Complete the necessary fill-ins and certifications in provisions in Section K unless current information is in the Online Representation and Certifications Application (ORCA). The following provisions shall be returned along with the proposal: (i) 52.212-3 Offeror Representations and Certifications--Commercial Items (Jul 2009) Alternate I (Apr 2002) (ii) DFARS 252.212-7000, Offeror Representation and Certifications - Commercial Items (Jun 2005). (c) Insert proposed unit prices in the Pricing Schedule (Attachment G3). Transfer the total for each Sub- Contract Line Item Number (SLIN) from the Recapitulation Schedules I, II, and III found in Attachment G3 to the corresponding SLIN on the SF 1449. When completing the SF 1449 insert the "Recapitalization" total price for each SLIN from the Pricing Schedule to the corresponding SF 1449 SLIN's "Estimated Amount". The"Estimated Amount" for each SLIN shall be identical to the corresponding referenced "Recapitalization" SLIN on the Pricing Schedule. The proposal must include pricing on the Pricing Schedule and the SF 1449 for a base year plus four (4) Option Years. Offerors shall enter the unit price, and verify that the extended amount, and total for each item listed in the price list is accurately reflected by the calculations included in the spreadsheet. Electronic submissions of facsimile and/or electronic mail proposals are not authorized and shall not be considered for evaluation. Hand carried proposals must be delivered to 19 CONS/LGCA, 642 Thomas Ave, Building 642, Little Rock AFB, Arkansas 72099. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Offerors are cautioned that Little Rock AFB, AR has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0d63cbf386660ceb399ae45479e41538)
- Place of Performance
- Address: 642 Thomas Avenue, Little Rock AFB, Arkansas, 72099, United States
- Zip Code: 72099
- Zip Code: 72099
- Record
- SN02207840-W 20100718/100716234444-0d63cbf386660ceb399ae45479e41538 (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 |