SOLICITATION NOTICE
N -- Furniture Move to Building 5605 - Performance Work Statement
- Notice Date
- 7/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9301-14-M-E003
- Archive Date
- 7/30/2014
- Point of Contact
- Jenny L. Meadlin, Phone: 6612776921, Deanna E. Wright, Phone: 6612771992
- E-Mail Address
-
jenny.meadlin@us.af.mil, deanna.wright@us.af.mil
(jenny.meadlin@us.af.mil, deanna.wright@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement COMBINED SYNOPSIS/SOLICITATION FA9301-14-M-E003 AFTC/PZIOC at Edwards AFB, CA is contemplating an award for the service of moving dormitory furnishings from the 412 Civil Engineering warehouse located in Bldg. 3736 bay 4 and install in Bldg. 5605. Bldg. 5605 is a two story facility with no elevators and has 54 bed rooms, two dayrooms, and one each kitchen and laundry room located on the first floor. The Contractor shall provide the customer one (1) day notice prior to the work being performed and shall be completed no later than 1 August 2014. (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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA9301-14-M-E003. This is a request for quotation (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75 and DFARs Change Notice (DPN) 201400624. (iv) The Product Service Code (PSC) code is N072. NAICS is 484210 and the size standard is $25.5 million. This acquisition is a Small Business Set-Aside. (v) Contract Line Item Number(s) (CLINS) ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Building 5605 Furniture Move 1 EA _______ ________ The contractor shall remove the furnishings items (See PWS) from warehouse (Bldg. 3737) bay 4 and place in Bldg. 5605. The contractor shall also remove 2ea washer and dryer from the 2rd and 3rd floor laundry rooms of Bldg. 2424 and also place in Bldg. 5605. The contractor shall install the dormitory furnishings listed in the PWS in the following locations: 1) One each (night stand, desk, desk chair and refrigerator) in the 54 dormitory rooms, 2) One each mattress set and bed frames in 12 rooms on the first floor which will be identified by the CDMO representative, 3) Two each washer and dryer in the first floor laundry room, 4) One each sofa and coffee table in the two dayrooms located on the 1st/2rd floor, 5) One refrigerator and the two mailboxes in the kitchen located on the first floor. The contractor will not be required to assemble/disassemble, connect/disconnect any furnishings or appliances during the removal/installation process. The contractor shall be completed no later than 1 August 2014. (vi) Description of Requirements: The work consists of, but is not limited to, furnishing all labor, materials, equipment, and supervision required to relocate all furnishings from the warehouse B3736, Bay 4 to Bldg. 5605. See the PWS for additional details. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: • Completed DFARS 252.209-7994 (see attached). Paragraph (b)(1) and (2) shall be marked. The offeror shall sign the bottom of the form and include this document with their quote. • Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Period of Performance _______________________________ 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin) _______________________________________ TECHNICAL CAPABILITY INFORMATION: Provide details of your firm's ability to provide the required services on or before the synopsis/solicitation end date of 15 July 2014. This information will be used to determine the technical acceptability of the services offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The evaluation criteria are: LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items 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. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: (i) price (ii) technical capability to meet the Government required time constraints Price is more significantly more important than technical capability. To be considered technically acceptable the offeror must be able to complete the required service on or before 1 August 2014 IAW with this RFQ and attached PWS, including the technical capability information under the Addendum to FAR 52.212-1. (x) Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies (Jun 2013) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies (Jan 2013). (xii) The following is a contemplated list of clauses/provisions; the final list of clauses is dependent upon actual dollar value of the award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil/vffara.htm Source Reg. No. Clause Title Date AFFARS 5352.201-9101 OMBUDSMAN NOV 2012 DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2011 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013 DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS NOV 2011 DFARS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT APR 1992 DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT MAY 2013 DFARS 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS MAY 2013 DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION NOV 2013 DFARS 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW--FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) OCT 2013 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION JUL 2013 FAR 52.222-3 CONVICT LABOR JUN 2003 FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 FAR 52.222-26 EQUAL OPPORTUNITY MAR 2007 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB 2009 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS DEC 2012 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 FAR 52.233-3 PROTEST AFTER AWARD AUG 1996 FAR 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS JUL 2013 FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FEB 1998 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 FAR 52.253-1 COMPUTER GENERATED FORMS JAN 1991 FAR 52.223-5 POLLUTION PREVENTION AND RIGHT TO KNOW INFORMATION MAY 2011 FAR 52.222-41 SERVICE CONTRACT ACT OF 1965 FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS FAR 52.212-2 EVALUATION COMMERCIAL ITEMS FAR 52.212-3 OFFERS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY 2013 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states that wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits 09040 Furniture Handler, WG-3 $12.87 per hour Plus $3.81 per hour est. for fringes FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil In accordance with DFARS 252.204-7004, Alternate A, System for Award Management, prior to receiving any contract award, contractors must be registered in System for Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at https://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facisimile numbers (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests, Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area WorkFlow (WAWF) is the DoD system for implementing this statutory requirement. Use of the system is at NO COST to the contractor and training is available at https://wawf.eb.mil/. (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) N/A (xv) QUOTES ARE DUE TO Edwards AFB, CA NO LATER THAN 2:30pm PST on 15 July 2014. A pre-performance site visit can be held if the contractor feels it is necessary. The date and times of this site visit will be decided upon award. (xvi) Quotes are due to electronically to the Buyer and the Contracting Officer: Buyer: jenny.meadlin@us.af.mil Contracting Officer: deanna.wright@us.af.mil If email is not available please use the following address: Contracting Office Address: AFTC/PZIOC, 5 South Wolfe Ave, Edwards AFB, CA, 93524-1185 Place of Performance: Edwards AFB, CA 93524
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-14-M-E003/listing.html)
- Place of Performance
- Address: Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03411232-W 20140703/140702001110-9c534f7f208bea6a8bee6dd11c44fcda (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 |