Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOLICITATION NOTICE

R -- Relocation and Removal Services

Notice Date
1/13/2025 1:26:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24825Q0253
 
Response Due
1/15/2025 9:00:00 AM
 
Archive Date
02/24/2025
 
Point of Contact
Jose E. Ortiz-Velez, Contracting Officer, Phone: 813-938-0593
 
E-Mail Address
Jose.Ortiz-Velez@va.gov
(Jose.Ortiz-Velez@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Relocation and Removal Services - JAHVH Questions and Answers for RFQ# 36C24825Q0253 Who is the current or previous contract holder for this contract? Could you include the contract # pls? Answer: The previous contract holder was B&M Construction (Contract # 36C24819P1955), which expired on September 3, 2024. According to 6.1, the phase-in plan is due 5 days after contract award. However, in 6.1.d it says, For this requirement, the contracting officer will require a phase-in plan from all offerors and the requesting activities. Could you clarify if you are expecting the phase-in plan with the RFP or 5 days after award? Answer: With the RFQ, as this will help the Federal Government determine if the organization is suitable to conduct Relocation and Removal Services at JAHVH. Providing this information/narrative should go together with relevant past performance work, as this is how we will be conducting our comparative evaluations amongst all interested offerors/firms for this procurement. Will the government provide to us the details of the current contract so that we know what it is exactly that we are phasing in from the current contractor to new? If not, is there a phase-out plan from the current contractor that we can view at least 5 days prior to the due date of our phase-in plan? Answer: No phase-out plan was done as the previous contract expired on September 3, 2024. All interested offerors should already have a phase-in/phase-out plan or process in place if indeed they are familiar/regular with Relocation and Removal Services daily, which should reflect with previous relevant past performance in this field. I the current contractor have government owned, or government furnished property that will need to be transitioned? Answer: No. How many hours of coordination, phase-in planning do you expect to take place between the current and new contractor? Answer: N/A. Will the contract require any weekly, monthly, or other reports to the government which are not listed in the PWS? Answer: No. In 1.2 there is mention of providing to the government boxes as requested. Do you have an estimate of how many boxes you may request per month? Answer: 1,500 annually. There was mention of new furniture assembly. Will there be a large requirement for unboxing and assembling new furniture? Do you know the manufacturer so that we can ensure proper manufacturers certifications. Answer: We get regular shipments of sit to stand desks and a variety of different task chairs the need to be assembled. No set manufacturer. In the performance standard it says, To avoid damage, secure boxes and items against shifting or moving during transit (Note: owners take responsibility for packing items.) Are you saying the government will be packing all boxes/items? If so, is it your expectation that the contractor accept responsibility for items that broke within those boxes which we did not pack? Answer: The contractor will be responsible for the damage of any furniture when being transported. Boxes should be inspected prior to moving to assure the box was assembled and closed correctly for safety of contents within. Also, on the above, the PWS states for performance standard, Broken items are immediately reported, and determination of proximate cause is immediately decided. Is the government expectation that the contractor immediately reports and determine the cause if they notice broken items? Since this is a performance evaluation criterion for the contract, could you also clarify immediately? What is the Contractors dispute process if there is a disagreement on liability? Answer: If items are broken prior to the contractors moving the items, bring it to the COR s attention and make aware prior to moving of equipment; as soon as the damage is noticed; inform the COR/POC. Again, on the above, the PWS states for acceptable quality level, 100% Respond to COR and customer by phone within 24 hours to replace or provide financial compensation for broken or lost equipment. The way this is stated, there is an assumption that 100% of the time, the contractor must always replace or pay for broken or lost equipment. Could you clarify? Answer: Contractors are only responsible for moving government property. In 2.4 it states that invoices are required to be submitted within 30 days after the end of the month service is performed. However, elsewhere in the PWS it states that the invoices are due the 5th day of the month after services are performed. Could you clarify which is accurate? Answer: End of each month once services are complete/accepted from our FMS Team. After receipt of invoice, how many days will it take before the contractor gets paid? Answer: Net 30. In 3.1 there is a requirement for bi-weekly meetings. Is the expectation that these meetings will be in person at the Tampa VA? How long will the meetings be each occurrence? Answer: The COR will be working alongside with the contractor assigning jobs; meetings will just depend on the contractor and how well and quick they are catching on. Is the government expecting a start of work kick off meeting prior to commencement of the contract? Answer: Not required but would be beneficial for the contractor who receives award. PWS discusses securely storing government property. Do you mean this in the context of transport or is there a requirement for government property to be stored at the contractor's warehouse? If so, could you provide an estimate of that requirement? Answer: The VA has a storage area at the main hospital to secure the property; N/A. Under the SCLA/SCA, workers for this service contract would be required to be paid hourly pay not only for the 8 hours they work but also for the time they spend traveling to and from the warehouse site to the VA and on return. Based on this, the contractor would need to ensure detailed tracking of hours per worker/week to ensure there is no overtime we are required to pay. Is the government aware this may affect the continuity of the same workers in any week? Answer: The scheduling is taken in account for drive times when going offsite. Contractors will be able to complete the work given within the 5-day, 40-hour work week. Government Furnished Property is mentioned. Does the current contract holder have GFP in their possession which will need to be transitioned? Is there an expectation the new contractor will have to take receipt of, store, and report on GFP? Answer: No and No. On page 11, there is a government training requirement for the contractor. Is it your expectation that all laborers, drivers, and other personnel the contractor has working on this project will need to complete this? If so, is it online? How long does it take to complete? Answer: All employees involved will be trained on-site by our FMS Team (if applicable or on an as-needed basis) with any necessary government training. Any new personal coming on board from the contractor will have to notify the COR/POC within seven (7) before starting any work on campus. Is there a hard constraint on utilization of a 16' Box truck due to a dock or site limitation? Can vendor consolidate asset deployment by utilizing (1) 26ft truck with similar characteristics per Work Unit, or does the VA need both a box truck and a cargo van for these operations? Answer: The contractor requires a minimum a 16 box truck w/ lift gate and a cargo van daily. If you have a larger box truck w/ lift gate, then that will be sufficient. Does the government have an estimate of Government Furnished Property (GFP) that will require relocation? Answer: N/A. PWS outlines requirement in QASP for 3 movers, however Section 1.2 defines Work Unit as 4 movers. Please clarify as I would assume the minimum staffing for Work Units will be 4 movers. Answer: Four (4) Movers/Installers will be always required when conducting Relocation and Removal Services @ JAHVH and surrounding facilities that pertain to JAHVH. *** This is a courtesy reminder that ALL vendors who wish to participate for this procurement need at JAHVH MUST complete/sign/submit the Limitation of Subcontracting (LoS) Certification Clause (see Combined Synopsis/Solicitation) along with your quote and New Vendor Form (Attachment 2). Failure to provide the completed/signed LoS Certification Clause, will result as an incomplete package and deemed ineligible for evaluation and award, per VAAR 519.7004 (b) 1&2: Limitations on Subcontracting compliance requirements. ***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b30d80393594f839422741eb9d2a8a5/view)
 
Place of Performance
Address: Department of Veterans Affairs James A. Haley Veterans' Hospital (JAHVH) 13,000 Bruce B. Downs Blvd., Tampa, FL 33612, USA
Zip Code: 33612
Country: USA
 
Record
SN07310789-F 20250115/250113230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.