SOURCES SOUGHT
S -- Furnishing Management Services (FMO)
- Notice Date
- 8/23/2011
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- FMOServicesHurlburtFieldFl
- Archive Date
- 9/2/2011
- Point of Contact
- Jennifer R. Dantzler, Phone: 8508841263, David P. Jesmain, Phone: 850-884-3262
- E-Mail Address
-
Jennifer.Dantzler@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(Jennifer.Dantzler@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, labor, tools, equipment, transportation, and materials necessary to operate the Base Furnishings Management Office and maintain Government -furnished property in support of Hurlburt Field. 1.1. BASIC SERVICES. The contract provides furniture and appliances for Dormitories, Unaccompanied Officer and Non-Commissioned Officer Quarters, Fire Department sleeping and entertainment areas. The Contract shall perform the services listed below; 1.2. FURNISHING MANAGEMENT. The Contractor shall be responsible for four Functional areas which include Financial Management, Warehouse Management, Accountability, and Furnishing Repair. 1.2.1. The contractor shall request, receive issue, store, deliver to, and pick up all Government owned furnishings authorized for use in Government owned/leased facilities/quarters including General Officer Quarters (GOQ) special requirements. Accomplish delivery and/or removal of furnishings in Unaccompanied Housing. 1.2.2. Maintain supply and equipment accounts for unaccompanied member's furnishings assets. This shall include being the primary account custodian for all Allowance Summary (AS) 106, Housekeeping Furnishings for Special Command Positions and AS 414, Quarters Furnishings assets. 1.2.3. Perform and document annual inventory of all furniture and appliances. Adjust and reconcile all asset balances by submission of proper documentation and provide results to the Government Evaluator. 1.2.4. Request new and/or replacement furnishings thru Civil Engineering Housing Office. 1.2.5. Perform maintenance and repairs on furnishings as required. 1.2.5.1. The contractor shall recommend whether to repair, replace or dispose of furnishings using the guidance in AFI 32-6004 (Repair Allowances for Replacement Criteria for Quarters Furniture, Equipment, and Appliances). 1.2.5.2. All contractor-furnished materials used in maintenance, repair, or replacement shall be of the quality equal to or better than the items to be repaired. The contractor shall be reimbursed for specific parts associated with minor repairs, however, any bench stock items such as bolts, screws, glue, etc., shall be part of the cost for the basic service. 1.2.5.3. Examples of minor repairs are; a. Replacing hinges or catches, latches. b. Doors, pins, stops, arms and legs. c. Drawer pulls, sides, supports. d. Gluing or bracing of joints. e. Refrigerator door seals, bars, shelves. 1.2.5.4. Items requiring major repair or replacement (Televisions, Microwaves, Pool Tables) beyond the scope of contractor's resources shall still be the responsibility of the contractor. Large repairs may be approved by the Quality Assurance Personnel (QAP) provided that (1) funds are available, (2) the costs are less than 75% of the replacement cost, and (3) the total cost is below $2,000.00. The Government shall reimburse the contractor on the monthly invoice once a receipt from the repairing contractor is provided. 1.2.5.5. The contractor shall ensure that damaged/unusable refrigerators are disposed of off Hurlburt Field property and in accordance with Environmental Protection Agency (EPA) requirements. 1.2.6. The contractor shall use the local base media such as the Base Newspaper, Base Bulletins to publicize aspects of the Furnishings Management Services. Advertise lo the Base Populace all hours of operation and changes, or limited Services. 1.2.7. Provide updates to the Base Dormitory Management Staff for Unaccompanied Housing annually for inclusion in the Base Quarters Improvement Plan (QIP). 1.3. CONTROL FURNISHINGS INVENTORY. The contractor shall Schedule, Deliver, and Pick-up furnishings, to include assembly and disassembly of furniture items and appliances as required. The contractor shall be responsible to complete pick-ups and deliveries with or without setup and installation within three workdays of receipt of request by authorized customers. 1.3.1. The Contractor shall maintain a sufficient furnishings back-up stock to allow for no more that a three work day waiting period for replacement of any standard issue item. High value items such as Televisions, Pool Tables, Microwaves, etc., may have a longer waiting period, due to availability within the local area. 1.3.2. The contractor may be required with short notice to remove or install furniture in a dormitory(s) in order to prepare a building for renovation or to furnish a newly renovated facility(s). In this instance the contractor may take up to 30 calendar days to complete the 100% Installation/Removal of the furnishings. 1.4. The contractor shall be responsible to log and track all authorized requests for pick-up, delivery, repair, or replacement of any furniture/Appliance item and report that information in a Monthly report to the QAP, with a copy to the Dormitory Management Staff at the Base Housing Office to record workload totals. This report shall list all costs involved. 1.5. CUSTODIAL SERVICES. The contractor shall provide custodial services for the office and warehouse area. The contractor, at no expense to the Government, shall furnish necessary tools and supplies to provide this service. 2. SERVICES SUMMARY. Performance Objective PWS Paragraph Performance Threshold Furnishing Management. Customers have sufficient furnishings. All furnishings in the customer's possession are in good repair, clean, and serviceable. Customers understand furnishings services and hours. Customers are satisfied with the pick up and delivery of furnishings. The Base QIP is updated annually and is approved by the Base Quarters Improvement Committee. Customers are adequately informed of furnishings availability. 1.2. No more than three customer complaints per month. Control Furnishings Inventory. Inventory records are accurate and current. Furnishings are properly stored. 1.3. All inventory records are updated within 3 duty days of actual movement of furnishings. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. RESERVED 3.2. Facilities. The Government shall make available a warehouse facility with office space in Building 92276 located at 59 Mayo Street, Hurlburt Field, FL 32544. 3.3. The Government retains the authority to modify or realign facilities and space provided to the contractor based on current Air Force guidelines for space utilization, mission, and personnel requirements of the contractor. Government facilities have been inspected for compliance with Occupational Safety And Health Act (OSHA). No hazards have been identified for which a work around has been established. In the event that hazards are identified, the (iovernment will correct OSHA hazards in accordance with base-wide Government developed and approved plans of abatement taking into account safety and health priorities. A higher priority will not be assigned to the facilities provided because of this contracting initiative. The fact thai no such conditions have been identified does not warrant or guarantee that no hazard exists, or that work around procedures will not be necessary, or that the facilities as furnished will be adequate to meet the responsibilities of the contractor. Compliance with the OSHA and other applicable laws and regulations for the protection pf employees is the exclusive responsibility of the contractor, and the Government will assume no liability or responsibility for the contractor's compliance or non-compliance with such responsibilities, with the exception of the aforementioned responsibility to make corrections in accordance with approved plans of abatement subject to base wide priorities. The contractor shall provide up-keep to the assigned facilities. Before the contractor at his or her expense, performs any modifications of the facilities, the contractor must furnish the CO documentation describing in detail of the modification requested. No alterations to the facility shall be made without specific written permission from the CO and an approved AF Form 332 Base Civil Engineer Work Request and AF form 813, Request for Environmental Impact Analysis. In the case of alterations necessary for compliance with OSHA, such permission shall not be unreasonably withheld. The contractor shall return the facilities to the Government in the same condition as received, fair wear and tear and approved modifications excepted. These facilities shall only be used in performance of this contract. 3.4. SERVICES 3.4.1. Pest Management Services: The government will provide'insect and rodent control for all government-furnished facilities. The Contractor shall notify the Entomology Shop at 884-6173 and the QAP when an insect or rodent problem is detected. 3.4.2. Government Furnished Utilities: The government will furnish utilities for the operation of the facilities provided. These utilities include heating fuels (gas), electricity, water, and sewer. 3.4.3. Refuse Collection. The government will provide one 4-yard refuse dumpster identified by the QAP. Government will empty containers on an as required basis. Comply with installation waste management and recycling program requirements. 3.4.4. Police and Fire Protection: The government will provide police and fire protection. 3.4.5. Medical. The government will provide necessary emergency medical transportation to the nearest Emergency Room Fort Walton Beach Hospital. The Contractor shall reimburse the Government for services provided. 4. GENERAL INFORMATION 4.1. Contract Manager. The Contractor shall provide a contract manager who shall be responsible for the performance of work. The name of this person, and an alternate or alternates, who shall act for the Contractor when the manager is absent, shall be designated in writing to the CO. 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. The contract manager or alternate shall be available during normal duty hours within 1 hour to meet on the installation with government personnel (designated by the CO) to discuss problem areas. Alter normal duty hours, the Contractor shall be available at beginning of the next duty day. All changes shall be made within two working days in writing. The contract manager shall be responsible for establishing a management program to perform the following. A. Maintain accurate facility file records. B. Maintain a warranty guarantee listing for appliances and installed equipment. C. Maintain a current inventory of all materials and a purchasing program for new. D. Establish a Service Call response program. E. In conjunction with the Dorm Managers coordinate a recurring inspection and maintenance program. F. Establish a quality control program and procedures. 4.1.1. The Contract Manager or their Alternate shall; 4.1.1.1. Have full authority to act for the contractor on all contract matters relating to daily operation of the contract. 4.1.1.2. Must be able to read, write and understand the English language. 4.1.1.3. Provide adequate supervision to his employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 4.1.1.4. Not employee persons for work on this contract if such employee is identified to the contractor by the CO as a potential threat to the health, safety, general well being, or operational mission of the installation and its population. Where reading, understanding, and discussing safety and environmental warnings are an integral part of a contract employee's duties, that employee shall be able to read, understand, write, and speak English. 4.1.2. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. If the contractor elects to wear a uniform, they shall be standard in appearance and style. Uniform cost and maintenance shall be the responsibility of the contractor. The contractor shall ensure that employees have a current and valid State Drivers License before starting work. 4.1.3. The contractor shall not employee any person who is a current employee of the United States Government, if employing that person would create a conflict of interest. Additionally, The contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval according to DODR 5500.7., Joint Ethics Regulations (JER). The contractor shall not employee any person who is an employee of the Air Force if such employment would be contrary to the policies in AFI 64-106, Air Force Industrial Labor Relations Activities. 4.2. CONTRACTOR VEHICLES 4.2.1. The contractor vehicles shall be of the general purpose type suitable for the transport of furniture and equipment and considered standard for the industry. The vehicle shall be capable of protecting furnishings during inclement weather. The contractor company name shall be prominently displayed on the vehicle and the vehicle shall be maintained in a manner as to present a clean, neat, professional appearance. The vehicle shall be in operable condition and meet all local, state, and federal requirements. Vehicles found to be unsafe and unable to function as designed shall be removed from the installation and replaced at the contractor's expense. The CO may inspect the contractor's vehicles at any time and direct the removal of any unsafe or objectionable vehicles form the installation. 4.3. Quality Control. The contractor shall develop and maintain a written Quality Control program and submit it to the CO for approval to ensure that Furnishings Management Services are performed in accordance with commercial standards. Quality Control procedures as a minimum shall address the areas identified in Paragraph 2 of this contract, Services Summary, and paragraph 1, Description of Services and with commonly accepted industrial and commercial practices, manufacturer's recommendations, and all federal, state, and local rules, regulations, and procedures. 4.4. Quality Assurance. The government will evaluate the Contractor's performance by appointing a representative(s) to assess performance to ensure satisfactory services are received. The government representative will evaluate the Contractor's performance through intermittent, and random on-site inspections to ensure compliance with the Contractors quality control program and receipt of complaints from base personnel. The government will also receive and investigate complaints from various customers located on the installation. The QAP and the Contractor shall be responsible for initially validating customer complaints; however, the government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). 4.5. RESERVED 4.6. RESERVED 4.7. Hours of Operation. The Contractor shall establish a normal duty hour shift from 0700 hours to 1600 hours, daily Monday thru Friday, except for Federal Holidays. 4.8. Recognized Holidays. The contractor shall not be required to provide service on the following Holidays: New Year's Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day If the holiday falls on a Saturday, it is observed on the preceding Friday. If the Holiday falls on a Sunday, it is observed on the following Monday. 4.9. Security Requirements: The contractor and employees shall comply with all Hurlburt Field security requirements imposed by the local Installation Commander at all times while on the premises. The contractor shall provide an up-to date listing of contractor personnel to the CO by name, position title for those employees authorized to perform work on the installation prior to contract start date and monthly thereafter as changes are made. 4.10. Base Access/Passes. All personnel requiring access to Hurlburt Field shall be submitted by rooster to include full name, aliases, social security number, and home address. The roster shall be furnished to the CO before the contract start date and as changes occur. The contractor shall ensure that each employee obtains the required pass and identification items as applicable for contractor personnel and non-government vehicles. The Security Forces Pass and Identification Office in Building 90210 issues these passes and identification items. 4.11. Contractor personnel shall not operate vehicles on the flight line at any time. 4.12. The contractor shall be responsible for safeguarding all government property provided for contractor use. All government furnished facilities, materials and equipment shall be secured at the close of each business day. 4.13. The contractor shall ensure that all keys issued for Government Facilities are not lost, misplaced or used by unauthorized persons. No Keys shall be duplicated. Access to keys shall be strictly controlled by the contractor at all times, and said keys shall only be used by the Contractor or their authorized employees. The contractor shall provide escort to maintenance personnel. 4.14. In the event keys are lost or duplicated, the contractor shall be required, upon direction of the CO, to re-key or replace the affected lock or locks. The Government at its discretion may replace the affected lock or locks or perform re-keying of existing lock cores. When the replacement or re-keying of the locks has been accomplished, the Contractor shall be provided a bill for the total cost of the work, this cost shall be deducted from the monthly payment due to the contractor. 4.15. Emergency Services. The Contractor shall respond to both simulated exercises and actual natural disasters or potential emergency situations as directed by the CO. Base exercises, tornados, and hurricanes, severe weather conditions, etc would be prime examples of a natural or simulated disaster. The contractor may be asked to simulate the movement of furniture to support these activities. During natural disasters the contractor shall be asked to relocate furniture to support displaced persons as directed by the CO. The CO shall verbally advise the contractor of the effort required and follow up as soon as possible with a written change to the contract. 5. INVENTORY 5.1. Not later than 5 days prior to the start of the basic contract period, the contractor and a government representative identified by the CO shall conduct a joint inventory of all government furnished items in use and in warehouse stock. A complete listing of items and quantities is provided in Appendix C, Government Furnished property/equipment. The contractor and a Government representative shall jointly determine the working order and condition of all equipment. Items missing or not in working order shall be noted. The Government shall replace missing items and repair all items not in working order. The government representative shall give disposition instructions for items beyond repair. 5.1.2. Upon completion or extension of this contract, or on an annual basis, a joint inventory of all government furnished property/equipment shall be conducted and a DD Form 1662 be completed and forwarded to the CO. The contractor shall be liable for the loss or damage to government furnished property and warehouse stock beyond fair wear and tear. Compensation shall be effected either by reduced amount owed the contractor, or by direct payment by the contractor, the method to be determined by the CO. All equipment in need of repairs/maintenance not performed by the contractor shall be made at the government's option and the contractor's expense. In the case of damaged property, the amount of compensation due the government by the contractor shall be the actual cost of repair, provided such cost does not exceed the economical repair value. In the case of loss or damage beyond economical repair, the amount of the contractor's liability shall be the depreciated value of the item as determined by the CO. 5.1.3. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. During a declared crisis the CO will notify the contractor of the essential services required. The contractor shall be required to provide services requested by the CO. Hours of operation will be as needed or as determined by the CO. Only those essential services required during the crisis will be requested. Essential services are described in part as the services required to maintain and operate shelters and services, as they may normally be required in an emergency, etc... 6. APPENDICES A. Estimated Workload Data B. Maps and/or Site Plans C. Government Furnished Property/Equipment (Master Inventory List) APPENDIX A Estimated Workload Data Item Description Estimated Quantity 1 Estimated number of customers 25 Monthly 2 Estimated number of repairs 10 Monthly 3 Estimated new inventory purchases 40K Monthly 4 Estimated number of deliveries 33 Monthly 5 Estimated number of pick-ups 50 Monthly 6 Number of dorm rooms 1203 Dorm Rooms 7 Number of Fire Dept Lounges 2 Lounges 8 Number of GOQ Special issue items 1 Special Numbers of Customers Serviced Last Four Years Year Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec 06 16 12 10 17 36 28 19 21 23 28 36 15 05 18 18 17 15 15 15 22 23 18 17 18 8 04 17 20 16 18 14 14 20 20 16 18 15 7 03 15 12 15 14 12 15 18 21 17 15 16 6 02 18 12 15 10 17 18 19 18 13 15 17 7 Number of Pick-Ups/Deliveries Last Four Years Year Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec 06 28 27 24 30 54 42 43 27 40 46 68 34 05 30 24 28 35 35 32 28 35 27 30 24 7 04 28 21 30 30 32 30 28 35 25 22 20 10 03 27 21 30 26 30 30 26 28 20 25 21 8 02 28 20 35 25 25 24 25 31 15 20 25 8
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FMOServicesHurlburtFieldFl/listing.html)
- Place of Performance
- Address: Hurlburt Field Fl, Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN02546063-W 20110825/110824000222-2cebbaa498b8dcf864c3a229e2a0beee (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 |