Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
SOLICITATION NOTICE

V -- Office Furniture Move

Notice Date
11/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Fort Jackson DOC, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C11T0001
 
Response Due
12/6/2010
 
Archive Date
2/4/2011
 
Point of Contact
Kimberly Marsh, 8037516713
 
E-Mail Address
Fort Jackson DOC
(kimberly.c.marsh@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotations (RFQ), reference solicitation number W9124C11T0001, in accordance with FAR Parts 12 & 13. DESCRIPTION: The requirement for services is to disassemble furniture, move to another designated area, and reassemble. The contractor shall furnish all personnel, equipment, vehicles, supplies, services and materials, except as specified herein as Government furnished, for the preparation and move of Government-owned furniture and office equipment as outlined in the Statement of Work. Detailed specifications are in the attached Statement of Work. A site visit is scheduled for Wednesday, 1 December 2010, at 1330 hours at building 4330 Magruder Ave, Fort Jackson, SC 29207. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. The North American Industrial Classification System (NAICS) number is 484210 (Commercial Furniture Disassemble and Reassemble). The business size standard is $25.5M. The proposed acquisition is reserved for 100% Total Small Business Set-Aside. Other Small Business categories such as 8(a), Hub Zone, Service Disabled Veteran Owned Small Business, Women Owned and Veteran Owned Small Businesses are encouraged to submit quotes. Offerors are required to submit quote IAW FAR Provisions at 52.212-1, Instructions to Offerors - Commercial as this provision applies to this solicitation. Offerors are instructed to provide names of 2 agencies within the Department of Defense or other State/Federal agencies with recent and relevant working experience in areas identified in the Statement of Work. Relevant information shall include: contract number, a brief description of work that was performed in the same or similar services and a government point of contact and phone number. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Offers that do not conform completely to the requirements will not be considered. The FAR provision 52.212-2, Evaluation -- Commercial Items, also apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation. Award will be in accordance with Lowest Price Technically Acceptable per FAR 15.101-2. Factors that shall be used to evaluate offers are technical and price. The technical factor will be evaluated based on vendor providing recent and relevant work history and a brief description of work performed. The technical factor will be evaluated on an acceptable and unacceptable basis. The contracting officer will award to the offeror whose offer is lowest price and technically acceptable. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. EVALUATION CRITERIA: The Technical Factor will receive one of the adjectival ratings defined below: ADJECTIVAL RATINGDEFINITION AcceptableAcceptable quality and meets minimum SOW requirements necessary for satisfactory contract performance. Proposal contains two recent and relevant documentation of work history. UnacceptableA proposal that fails to provide two recent and relevant work history documentation Quotes must provide information on price and delivery, Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2009), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders (Jul 2010), FAR 52-219-6, Notice of Total Small Business Set-Aside (Jun 2003), FAR 52.219-14, Limitations on Subcontracting (Dec 1996), DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001) and FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 10:00AM EST, Monday 6 December 2010 by e-mail at Kimberly.c.marsh@us.army.mil or mailed to: MICC Fort Jackson, 4340 Magruder Avenue, ATTN: Kimberly Marsh, Fort Jackson, SC 29207. Quotations received after this date and time will be considered late and will not be evaluated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c82911741ee07b6e1d3625df74389d3)
 
Place of Performance
Address: Fort Jackson DOC Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02335067-W 20101202/101130233851-7c82911741ee07b6e1d3625df74389d3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.