SOLICITATION NOTICE
71 -- Steelcase furniture move and storage - Photos of Steelcase workstations - Brand name J&A
- Notice Date
- 6/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423210
— Furniture Merchant Wholesalers
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
- ZIP Code
- 25813-9426
- Solicitation Number
- 60-12MR-1891
- Point of Contact
- Mindy L. Smith, Phone: 3042563537
- E-Mail Address
-
smith.mindy@dol.gov
(smith.mindy@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Steelcase brand J&A Photos of Steelcase workstations This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is 60-12MR-1891 and it is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-58 dated May 18, 2012. The associated North American Industrial Classification System (NAICS) code for this procurement is 423210, Furniture Merchant Wholesalers with a small business size standard of 100 employees or less. This requirement is a total small business set-aside and only qualified Offerors will be considered. The following services are being sought: CONTRACT LINE ITEM NUMBER (CLIN)/DESCRIPTION/QUANTITY/UNIT 0001/ Disassemble work stations /Qty 1/JA (Job) 0002/ Pick up furniture, transport to Vendor's storage facility /Qty 1/JA 0003/ Inventory list of all furniture picked up and provide inventory list to MSHA /Qty 1/JA 0004/ Remove all debris associated with the packing process from DOJ facility/Qty 1/JA 0005/ Store furniture at Vendor selected facility for up to four (4) months from date of arrival/Qty 4/MO (Months) 1001/ Optional period of storage for up to six (6) months from expiration of initial four (4) month period of storage/Qty 6/MO All CLINS are to be priced in accordance with the Statement of Work. Statement of Work: Statement of Work U.S. Department of Labor Mine Safety and Health Administration 1100 Wilson Blvd Arlington, VA 22209 PART 1 GENERAL INFORMATION 1.0 BACKGROUND The mission of the Mine Safety and Health Administration (MSHA) is to administer the provisions of the Federal Mine Safety and Health Act of 1977 (Mine Act), as amended by the Mine Improvement and New Emergency Response (MINER) Act of 2006. The Mine Safety and Health Administration's (MSHA) Coal Mine Safety and Health division (CMS&H) and Metal Non Metal division (MNM) operate District and Field offices throughout the United States for the United States (US) Department of Labor (DOL). Many of the MSHA offices are in need of having furniture replaced. MSHA has been notified that the Department of Justice Building (DOJ) in Johnstown, PA has excess furniture available for use by CMS&H. All of this furniture is manufactured by Steel Case. The furniture is presently located in the following location: Department of Justice 319 Washington Street Johnstown PA 15901 1.1 PURPOSE The purpose of this procurement is to obtain the services of an installer certified by Steelcase, Inc. to disassemble the work stations, inventory various pieces, move and store the furniture at vendor selected facility for a period of approximately 4 months. 1.2 SCOPE OF WORK The excess furniture that is available at the DOJ building is needed in various MSHA locations. It is estimated that there are approximately 300 workstations available in Johnstown. This furniture must be picked up from the DOJ between June 18th and July 15th, 2012. This furniture will be stored until a contract can be executed to have this furniture reinstalled in various MSHA locations. Each workstation consists of the following pieces: 1- 60 " Overhead Bin 1- 45 " Overhead Bin 1- 30" Pedestal File 1- 25" Pedestal File 1- Center Drawer Tray 1- 45" Shelf 1- Key Board Tray 1- 60" x 25" Surface 1- 45" x 25" Surface 1- 60" x 30" Surface 1- 42" x 42" Corner Work Surface 1- 60" x 65" Panel 1- 42" x 65" Panel 1- 25" x 53" Panel 1- 60" x 53" Panel 1- 30" x 53" Panel 1- 42" x 53" Panel 1- 25" x 53" Panel 1- 45" x 53" Panel MSHA has a requirement for a Steelcase certified installer to the following services: 1. Inspect and inventory available furniture. Photos representative of the available units are attached. 2. Disassemble furniture as necessary. 3. Store furniture at vendor's facility or other location chosen by and paid for by the vendor. 4. Remove any debris associated with the packing of this furniture. 1.3 PERIOD OF PERFORMANCE: The period of performance for inspection and inventory of furniture, disassembling furniture, remove all debris shall begin immediately and be completed by July 15, 2012; storing furniture at vendor's facility for a period of up to four (4) months from arrival at storage facility, and one (1) six-month option period for additional storage time. 1.4 DELIVERABLES: The contractor agrees to provide the deliverables and all documentation, including technical data, created or relied on to produce the deliverables (if not already furnished by or already available to MSHA): 1. Disassemble work stations 2. Transport furniture to vendor's chosen storage facility 3. Inventory of all available furniture pieces and provide inventory list to MSHA 4. Remove packing Debris 5. Up to Four (4) month storage at vendor facility. 6. Optional period of 6 months storage at vendor facility. 1.4.1 The following deliverables schedule will be followed: DELIVERABLES SCHEDULE # Deliverable Frequency # of Copies Medium/Format Submit To 1 Disassemble work Stations 1 time before July 15, 2012 N/A N/A N/A 2 Pick up furniture and transport to Vendor's storage facility 1 time before July 15, 2012 N/A N/A N/A 3 Inventory list of all furniture picked up and provide inventory list to MSHA 1 time before July 15, 2012 ONE (1) Electronically in Microsoft Excel COR 4 Remove all debris associated with the packing process from DOJ facility 1 time before July 20, 2012 N/A N/A N/A 5 Store furniture at vendor facility Up to 4 months from date of arrival of furniture N/A N/A N/A 6 Optional six (6) month period of storage 6 months from date of expiration of initial 4 month period of storage N/A N/A N/A 1.5 RECOGNIZED HOLIDAYS: The contractor is not required to perform services on the following holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6 PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at the contractor's facility and DOJ office located at 319 Washington Street, Johnstown PA 15901. 1.7 TYPE OF CONTRACT: The government intends to issue a firm fixed-price contract. 1.8 COMPLIANCES: 1.8.1 The Contractor shall comply with the Computer Security Act of 1987. All products and deliverables developed under this SOW shall comply with MSHA Computer Security guidelines and the guidelines contained in OMB Circular A-130. All Contract staff working in MSHA office space and/or using the MSHA LAN/WAN and computer systems to perform duties under this SOW will agree to and sign the MSHA Rules of Behavior for Computer Use. In addition, all Contract staff agree to sign a Non-disclosure Agreement. A copy of each signed and witnessed Non-Disclosure agreement shall be submitted to the COR prior to the employee performing any work under any task order. 1.8.2 The Contractor will be responsible for ensuring compliance by its employees with the security regulations of MSHA and other Government installations or Contractor facilities where work is performed under this Contract. This includes the safekeeping and display of a Government-provided photo ID badge for employees of the Contractor and any subcontractors while these employees are in federally owned or leased property as described in Section 4, Place of Performance. The Contractor will ensure the security of all MSHA property, building ID badges, key cards and standard keys issued to Contractor staff. For employees leaving the project permanently or for an extended period of time, the Contractor will return all badges, property, key cards, parking placards, and keys the same day the employees leave the project. 1.8.3. The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. 1.8.4 Privacy Portions of information disclosed during the performance of this task are protected by the provisions of the Privacy Act of 1974; therefore, all personnel assigned to this Contract are required to take proper precautions to protect the information from disclosure. 1.8.5 Commitment to Protect Sensitive Information The Contractor shall not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of sensitive information: 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) 1.9 OWNERSHIP: All products and deliverables developed under this SOW are the property of MSHA. 1.10 CONTRACTING OFFICER REPRESENTATIVE: The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 1.11 EMPLOYEE CONDUCT: Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States and or the Department of Labor. 1.12 CONFLICT OF INTEREST: The contractor shall not employ any person who is an employee of the United States Government if that employment would appear to cause a conflict of interest. 1.13 TRAVEL: Travel outside the actual pickup and delivery of the furniture is not anticipated for this contract. If travel is deemed necessary by the CO/COR, any such approved travel and per diem shall be reimbursed in accordance with the Federal Travel Regulations and FAR 31.205-46. PART 2 DEFINITIONS & ACRONYMS CMS&H - Coal Mine Safety and Health Division CO - Contracting Officer COR - Contracting Officer's Representative: A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor Defective Service - A service output that does not meet the standard of performance associated with it in the Statement of Work. DOJ - Department of Justice DOL - Department of Labor FAR - Federal Acquisition Regulation IDIQ -Indefinite Delivery Indefinite Quantity IT - Information Technology MINER - Mine Improvement and New Emergency Response Act of 2006 MNM - Metal Non-Metal Division MSHA - Mine Safety and Health Administration OMB - Office of Management and Budget PIV - Personal Identity Verification POP - Period of Performance QRA - Quantitative Risk Assessment Quality Control - Those actions taken by a contractor to control the performance of services so that they meet the requirements of the SOW. Quality Assurance - Those actions taken by the government to assure services meet the requirements of the Statement of Work. SF - Standard Form SOW - Statement of Work US - United States U.S.C. - United States Code PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.0 GOVERNMENT FURNISHED ITEMS AND SERVICES: The government will furnish a point of contact to answer technical questions on this requirement. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.0 CONTRACTOR FURNISHED ITEMS AND SERVICES: The contractor will provide vehicles for moving furniture, storage space for storing furniture, office space, electronic equipment, software, and office supplies necessary to complete these tasks. PART 5 SPECIFIC TASKS 5.0 SPECIFIC TASKS: 5.1 The following tasks are required under this contract: 1) Task 1 - Inspect and inventory available furniture 2) Task 2 - Disassemble furniture as necessary 3) Task 3 - Provide inventory list of all furniture 4) Task 4 - Store furniture at vendor's facility for a period of up to 4 months 5) Task 5 - Remove all debris 6) Task 6 - Optional 6 month period of storage PART 6 OTHER PERTINENT INFORMATION 6.0 The following information is provided regarding the requirement and the facility the furniture is located to assist in compiling responses. • Drawings are not available for review, however photographs of the workstations follow. (Please see attachment for photos) • All workstations will be taken down at one time. • The Service Contract Act will apply to this requirement under Wage Determination 1996-0412. • The work may take place during normal business hours. • The furniture is located at the mezzanine, on the Third, Fourth, and Fifth floors of the building, and each floor has three separate freight elevators. The loading dock is in the rear of the building and there is no dock leveler. The elevator can accommodate pallets and pallet jacks. The elevator will be used by other vendors removing items during the period of performance. • The Steelcase product line is Steelcase Series 9000. • The inventory shall be in Microsoft Excel format. The finalized inventory will allow MSHA to determine how best to use the parts and pieces they will need to plan and re-install work stations at other locations. The list will need to be detailed enough to identify the parts of the workstations but at a minimum the inventory should include the size and quantities of the various panels, work surfaces, and storage/shelving components. Photos and part numbers are not necessary but can be included. • The workstations are hard-wired. The whip will need to be disconnected. The facility will shut off power for the disconnection. • The loading dock will not accommodate a tractor trailer with a height of a 53' trailer. A 53' trailer can be backed into the alley and the furniture can be transported approximately 500' to the dock area. A 25' straight truck can be brought around the building to the dock. • Any debris from the removal of furniture that the contractor has brought with them (rolls of tape, packing materials, etc.) must be removed by July 15, 2012. PERIOD OF PERFORMANCE: The period of performance for inspection and inventory of furniture, disassembling furniture, and removal of debris will begin immediately and be completed by July 15, 2012; storage of furniture to be for a period of up to four months from arrival at storage facility, and one six month option period for additional storage time. The following provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.207-2, Notice of Streamlined Competition; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items (See Addenda below); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.219-1, Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28,Post-Award Small Business Program Representation; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification; 52.223-6, Drug-Free Workplace; 52.223-19, Compliance with Environmental Management Systems; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-14, Rights in Data-General; 52.232-8, Discounts for Prompt Payment; 52.232-11, Extras; 52.233-1, Disputes, Alternate I; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-3, Alterations in Solicitation. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-29, Notification of Visa Denial; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Full provision and clause texts can be found at www.acquisition.gov. Addenda to 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Adherence to Statement of Work ii) Steelcase, Inc. certification iii) Price Adherence to Statement of Work and Steelcase, Inc. certification, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a single Firm Fixed Price contract based on the Offeror whose offer, conforming to the tasks named in the Statement of Work and who holds Steelcase, Inc. certification, will be the lowest price technically acceptable. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Adherence to Statement of Work) and a rating of no less than "Acceptable" must be achieved for Factor II, (Steelcase, Inc. Certification). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. EVALUATION SUMMARY: FACTOR I. - ADHERENCE TO STATEMENT OF WORK-The Offeror shall submit evidence that acknowledges the tasks identified in the Statement of Work to allow the Government to make a sufficient determination that the Offeror is capable of delivering the required services and performing the work. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the information outlined in the Statement of Work. FACTOR II. - STEELCASE, INC. CERTIFICATION - The Offeror must be certified by Steelcase, Inc. in order to be considered for the award. Proof of the certification shall be included in the offer. FACTOR III. - PRICE - The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). No adjectival ratings will be used to evaluate Price. The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your proposal. ADJECTIVAL RATINGS: Offers will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival ratings for Factor I, Adherence to Statement of Work and Factor II, Steelcase, Inc. certification follows. No adjectival ratings will be used to evaluate Factor II, Price. Factor I- Adherence to Statement of Work will be rated using the following Adjectival Scale: Acceptable-The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. Unacceptable- The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. Factor II-Steelcase, Inc. Certification Acceptable-The Offeror submitted proof that their company is certified by Steelcase, Inc. Unacceptable-The Offeror did not submit proof that their company is certified by Steelcase, Inc. Proposals must be received by Mindy Smith, Contract Specialist, no later than 2:00 PM (EST) on June 18, 2012. Proposals will be accepted by e-mail at smith.mindy@dol.gov and must be submitted in a format compatible with Microsoft Office 2007 or Adobe and remain valid for a period of 45 days after the close of this combined synopsis/solicitation. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing via e-mail to the Contract Specialist by June 15, 2012 at 12:00 PM (EST). Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/60-12MR-1891/listing.html)
- Place of Performance
- Address: 319 Washington Street, Johnstown, Pennsylvania, 15901, United States
- Zip Code: 15901
- Zip Code: 15901
- Record
- SN02776148-W 20120616/120614235856-252d03ee19d61fa92505e3586adbc37d (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 |