SOLICITATION NOTICE
V -- Relocating Services for Sensitive Scientific Equipment - Statement Of Work
- Notice Date
- 7/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
- ZIP Code
- 30605
- Solicitation Number
- AG-4384-S-11-0017
- Archive Date
- 8/9/2011
- Point of Contact
- Alan R. Moore, Phone: (706) 546-3530, Elaine J Wood, Phone: (706) 546-3534
- E-Mail Address
-
alan.moore@ars.usda.gov, elaine.wood@ars.usda.gov
(alan.moore@ars.usda.gov, elaine.wood@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice regarding a site showing. These dates are TENTATIVE. When they are confirmed, a notice will be posted on FedBizOpps. SCA Wage Determination Equipment List. Only Items marked 'yes' under 'Operational Test' or 'Calibration' are covered under this contract. Listing of Where Equipment will be Assigned Description of Services Required (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation number AG-4384-S-11-0017 is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (iv) This procurement is unrestricted. The NAICS code is 484210, Used Household and Office Goods Moving. The small business size standard is $25,500,000 average annual gross income for the past three years. (v) Provide a quotation for the following Line Item: CLIN 1, Labor to Estimated 400 Hours; CLIN 2, Transportation to Move Sensitive Equipment from Winter Haven, Florida, to Ft. Pierce, Florida, 1 LS. Document how the pricing was determined (hours, hourly rate, mileage rates, etc.) (vi) The services acquired are identified in a separate document as part of this combined Synopsis/Solicitation. (vii) Specific pickup and delivery requirements are applicable to this order. All items scheduled for move during the first phase shall be packed and loaded and removed from the Winter Haven site not later than August 12, 2011. Delivery shall be made at the destination, 2001 South Rock Road, Ft. Pierce, Florida on or after August 15, 2011. All work for Phase 1 shall be completed within 21 days of contract award. Inside delivery is required. Specific locations for the placement of the equipment will be provided the successful quoter. Acceptance shall be made at destination. (viii) The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. The Contracting Officer will evaluate quotations on factors other than price and price-related factors. Such factors will include past performance and quality. Pas Performance includes work provided by qualified (certified) technicians capable of performing the services needed. Past Performance will be of more importance than Price. Formal evaluation of other factors does not require the creation or existence of a formal data base, but may be based on such information as the Contracting Officer's knowledge, previous experience, or customer surveys. The Government will use contractors who have a record of successful past performance or who demonstrate a current superior ability to perform. As price and price-related factors between quoters become closer, past performance evaluation factors will carry a greater weight. Past performance may cite federal, state, local government, commercial, or not-for-profit sources and should highlight the company's key role in the past performance being documented. This information shall consist of a one-page introductory matrix listing the quoter and its critical subcontractors' past performance references. The offeror shall provide a minimum of three references. No more than five references will be evaluated. No more than two references shall be for proposed subcontractors. The quoter should include narrative indicating the rationale supporting the assertion of relevance for each reference. These references should also be from different contracts. To be considered, past performance data may not be older than three years from the date of the quotation, and may include active contracts. Past performance references shall be as a prime contractor or first-tier subcontractor on previous or current projects/tasks that are similar in size, scope, and complexity to the work identified in the Statement of Work (SOW). Past performance does not necessarily have to be Government-related, but it is important to demonstrate and provide evidence of past performance for work similar in size, scope and complexity to that described in this Synopsis/Solicitation. The Government may also use present and/or past performance data obtained from a variety of sources, not just those contracts identified by quoters. For each reference, provide the following information: a. Reference Name (Company or Entity) b. Program Title c. Contracting Agency/Private Company d. Contract Number/Task Order Number (if applicable) e. Brief description of the contract effort, including results and successes f. Type of Contract g. Period of Performance h. Original contract dollar value and current or actual dollar value i. Actual completion date j. Contact names, addresses, telephone numbers, Fax numbers and email addresses of current, or last (if contract completed) Program Director/Manager and/or Contract Manager. The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the quoter, nor to seek clarifications regarding inadequate or incomplete information. The burden of providing thorough and complete past performance information remains with the quoter. The Government intends to award without discussions with quoters (except communications conducted for the purposes of clarification). Consequently, each quote should be submitted on the most favorable terms that the offering firm or teaming arrangement is able to submit to the Government. The Government reserves the right to conduct discussions if they are determined by the Contracting Officer to be necessary. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications - Commercial Items (APR 2011), with its proposal. This provision can be downloaded from https://www.acquisition.gov/far/index.html. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following terms and conditions are added as an addendum to this clause: (1) Wage Determination 1997-0303, Revision 14, dated June 15, 201, is applicable to this acquisition. (2) The Contractor shall provide a relocation coordinator to assist during relocation. The Contractor shall provide sufficient labor, supervision, materials, etc., to begin and complete relocation within the time-frames established by the Government. The Contractor's representative shall attend meeting(s), as requested by the Contracting Officer, with participants from CSPL and USHRL to receive instruction and provide information about the relocation. The Contractor shall participate in an initial walk through to inspect the property to be moved and facilities at the present and new locations in order to become acquainted with conditions existing at all locations. This will ensure that the necessary equipment and labor can be furnished to provide for the orderly, timely, and efficient movement of the property. (3) All Contractor employees must possess a valid picture ID to gain access to the facilities. There will be no exceptions. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5, indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.203-6; 52.204-10; 52.209-06; 52.219-8; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-54; 52.223-18; 52.225-3; 52.225-13; and 52.232-33. (xiii) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. (xiv) Responses are due by 4:00 pm local time, July 25, 2011, at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720. (xv) Point of contact for this acquisition is Alan Moore, Contracting Officer, (706) 546-3530, fax (706) 546-3444.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/AG-4384-S-11-0017/listing.html)
- Place of Performance
- Address: Citrus and Subtropical Products Laboratory, 600 Avenue S, NW, Winter Haven, Florida, 33881, United States
- Zip Code: 33881
- Zip Code: 33881
- Record
- SN02489081-W 20110705/110703233026-9cb512fda40a1b4cc645faeccc671676 (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 |