Office Relocation (Moving) Services for USASMDC/ARSTRAT Units in Colorado Springs, CO
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional informa... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W9126019Q0002 and is a 100% small business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. NAICS number is 484210. Business size standard is $27.5 million. DESCRIPTION: Services, Non-Personal: The Contractor shall provide office relocation (moving) services for U.S. Army Space and Missile Defense Command/Army Strategic Forces Command (USASMDC/ARSTRAT) Units (ASPDO, Retention, CDID, TCM GBMD, G6 SATCOM Phase 1, and School House) to relocate (move) their respective office furniture, equipment, components, and items from Building 3 (350 Vandenberg Street), Peterson AFB and from Building 20k (2525 Aviation Way), and 1330 Inverness Drive, Colorado Springs, CO to Building 1555 North Newport Road and Building 20k (2525 Aviation Way), Colorado Springs CO 80916 respectively; as listed and described in Contract Line Item Numbers (CLIN) 0001 - 0007 below. Offerors shall structure their quote or proposal to include a price for all items as listed and described in/for CLIN 0001 through CLIN 0007 below. CLIN 0001 - ASPDO & Retention - The contractor shall provide all labor, tools, materials, supplies, equipment, transportation, travel, supervision, and management necessary to provide relocation services that consist of providing and loading crates for ten (10) personnel (ASPDO & Retention) to include all office equipment and personal effects and relocating it from Building 3 (350 Vandenberg Street), Peterson AFB, CO 80914, and unloading into designated areas in Building 1555 Newport Road, Colorado Springs, CO 80916 in accordance with Statement of Work (SOW) dated 28 February 2019; during the period 11 March 2019 - 15 March 2019. Quantity: 1 Job CLIN 0002 - CDID - The contractor shall provide all labor, tools, materials, supplies, equipment, transportation, travel, supervision, and management necessary to provide relocation services that consist of providing and loading crates for forty-two (42) personnel (CDID) to include all office equipment and personal effects and relocating it from Building 20k (2525 Aviation Way), Colorado Springs, CO 80916, and unloading into designated areas in Building 1555 Newport Road, Colorado Springs, CO 80916 in accordance with Statement of Work (SOW) dated 28 February 2019; during the period 29 April 2019 - 3 May 2019. Quantity: 1 Job CLIN 0003 - School House Phase 1 - The contractor shall provide all labor, tools, materials, supplies, equipment, transportation, travel, supervision, and management necessary to provide relocation services that consist of providing and loading crates for fifteen (15) School House personnel to include all office equipment and personal effects and relocating it from the second floor of Building 20k (2525 Aviation Way), Colorado Springs, CO 80916 and unloading into designated areas in Building 1555 Newport Road, Colorado Springs, CO 80916 in accordance with Statement of Work (SOW) dated 28 February 2019; during the period 29 April 2019 - 3 May 2019. Quantity: 1 Job CLIN 0004 - TCM GBMD - The contractor shall provide all labor, tools, materials, supplies, equipment, transportation, travel, supervision, and management necessary to provide relocation services that consist of providing and loading crates for five (5) personnel (TCM GBMD) to include all office equipment and personal effects and relocating it from Building 3 (350 Vandenberg Street), Peterson AFB, CO 80914, and unloading into designated areas in Building 1555 Newport Road, Colorado Springs, CO 80916 in accordance with Statement of Work (SOW) dated 28 February 2019; during the period 29 April 2019 - 3 May 2019. Quantity: 1 Job CLIN 0005 - G6 SATCOM Phase 1 - The contractor shall provide all labor, tools, materials, supplies, equipment, transportation, travel, supervision, and management necessary to provide relocation services that consist of providing and loading crates for sixty (60) personnel (G6 SATCOM Phase 1) to include all office equipment and personal effects and relocating it from Building 3 (350 Vandenberg Street), Peterson AFB, CO 80914, and unloading into designated areas in Building 20k (2525 Aviation Way), Colorado Springs, CO 80916 in accordance with Statement of Work (SOW) dated 28 February 2019; during the period 17 June 2019 - 21 June 2019. Quantity: 1 Job CLIN 0006 - School House Phase 2- The contractor shall provide all labor, tools, materials, supplies, equipment, transportation, travel, supervision, and management necessary to provide relocation services that consist of providing and loading crates for four (4) School House personnel to include all office equipment and personal effects and relocating it from the Sensor Management Classroom at Building 20K (2525 Aviation Way), Colorado Springs, CO 80916 and unloading into office 113 and room 145 in Building 1555 Newport Road, Colorado Springs, CO 80916, and for four (4) School House personnel to include all office equipment, classroom equipment and personal effects and relocating it from suite 450 at 1330 Inverness Drive, Colorado Springs, CO 80910 and unloading into offices 279-281 in Building 1555 Newport Road, Colorado Springs, CO 80916; in accordance with Statement of Work (SOW) dated 28 February 2019; during the period 24 June 2019 - 28 June 2019. Quantity: 1 Job CLIN 0007 - School House Phase 3 - The contractor shall provide all labor, tools, materials, supplies, equipment, transportation, travel, supervision, and management necessary to provide relocation services that consist of providing and loading crates for approximately seven (7) School House personnel to include all office equipment and personal effects and relocating it from the SATCOM EMI Classroom/RF Lab at 1330 Inverness Drive, Colorado Springs, CO 80910 and unloading into Building 20K (2525 Aviation Way), Colorado Springs, CO 80916; for approximately five (5) School House personnel to include all office equipment and personal effects and relocating it from the TSOC Classroom at Building 20K (2525 Aviation Way), Colorado Springs, CO 80910 and unloading into Building 1555 Newport Road, Colorado Springs, CO 80916; and for approximately fifty-eight (58) School House personnel to include all office equipment, classroom equipment and personal effects and relocating it from 1330 Inverness Drive, Colorado Springs, CO 80910 and unloading into Building 1555 Newport Road, Colorado Springs, CO 80916 in accordance with Statement of Work (SOW) dated 28 February 2019; during the period 19 August 2019 - 30 August 2019. Quantity: 1 Job Site Visit: A site visit walkthrough for ASPDO, Retention, 100th MDB, CDID, G6 SATCOM Phase 1, and School House office or work areas at Building 3 (350 Vandenberg Street) Peterson AFB, Building 1670 Newport Road, Building 20k (2525 Aviation Way), and Building 1330 Inverness Drive facilities respectively is scheduled to be held on Thursday, 31 January 2019, at 9:00 AM (Mountain Time). Offerors who will attend the site vist walkthrough must submit a written visit request to George Knowlton via email on their respective company letterhead by no later than 4:00 PM (Mountain Time) on Wednesday 30 January 2019. Offerors written visit requests must include the full name of the individual(s) who will attend the site visit walkthrough, their respective social security number(s), date of birth, whether they are a US citizen, and drivers license number and state. The meeting location for the site visit walkthrough is Building 3 (350 Vandenberg Street) main entrance area, Peterson AFB, CO. Department of Labor (DOL) Wage Determination No. 1995-0765 (Rev 39) dated 12/26/2018 establishes the minimum wage and health and welfare for El Paso County, Colorado, and is incorporated into and made part of this solicitation and will be made part of the resultant contract in accordance with clause 52.222-41, Service Contract Labor Standards (41 U.S.C. chapter 67). Copies of the DOL wage determination is included as an attachment to this solicitation. Wage Determination No. 1995-0765 (Rev 39) is applicable to the office relocation services work to be performed under resultant contract. QUOTE/PROPOSAL PREPARATION INSTRUCTIONS: The offeror shall accurately, fully, and clearly demonstrate in their quote or proposal, how the services and/or items proposed meet the requirements set forth in this solicitation and the attached SOW dated 28 February 2019; regardless of how offered (e.g., open market, Federal Supply Schedule). Offerors shall also provide proof confirming that they are a Department of Defense (DoD) approved and bonded carrier; along with their quote or proposal (see SOW paragraphs 2.2 and 2.2.1). The offeror's quote or proposal must also specify who will perform the office relocation (moving) services, i.e. self-performance or subcontract to another contractor or carrier. Offerors that offer services and/or items against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's quote or proposal. Award will be made without discussion. Therefore, each offeror is encouraged to and must submit their best terms with their quote or proposal. The most current version of provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer if the Offeror's FAR 52.212-3, Representations and Certifications--Commercial Items, are not current or up to date in System for Award Management (SAM) system. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required products or services must respond no later than 4:30 PM, Mountain Time, 05 March 2019. Award is anticipated to be made no later than 11 March 2019. The Government plans on issuing a purchase order for this procurement. Payment of contractor invoice(s) under purchase order contemplated shall be made by Defense Finance and Accounting Service (DFAS). All such responses will be evaluated in accordance with FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate quotes or proposals: (1) Technical - acceptability of the products, items or services offered and proof confirming that offeror is a Department of Defense (DoD) approved and bonded carrier; (2) Move Schedule - ability to meet the required move schedule dates for the USASMDC/ARSTRAT Unit moves to Building 1555 North Newport Road and Building 20k (2525 Aviation Way) respectively as specified in the attached SOW dated 28 February 2019; and (3) Total Price, for all services described in CLIN 0001 through CLIN 0007 above - most advantageous price considering all other factors including fuel surcharges (if applicable). Evaluation Criteria is listed in descending order of importance. The most current versions of the following Federal Acquisition Regulation (FAR) clauses are applicable to this acquisition: 52.202-1, Definitions 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) 52.219-6, Notice of Total Small Business Set-Aside 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 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-50, Combating Trafficking in Persons 52.223-6, Drug-Free Workplace 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications 52.228-5, Insurance - Work On A Government Installation 52.228-9, Cargo Insurance 52.232-1, Payments 52.232-8, Discounts For Prompt Payment 52.232-11, Extras 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-1, Site Visit 52.247-3, Capability to Perform a Contract for Relocation of a Federal Office 52.247-12, Supervision, Labor, or Materials 52.247-13, Accessorial Services - Moving Contracts 52.247-14, Contractor Responsibility for Receipt of Shipment 52.247-15, Contractor Responsibility for Loading and Unloading 52.247-21, Contractor Liability for Personal Injury and/or Property Damage 52.247-22, Contractor Liability for Loss of and/or Damage to Freight other than Household Goods 52.247-26, Government Direction and Marking 52.247-27, Contract Not Affected by Oral Agreement 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The most current versions of the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.219-7011, Notification to Delay Performance 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing Of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Quotes or proposals sent via the US Postal Service should be mailed to Army Contracting Command - Colorado Springs, ATTN: CCAM-CAB (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes or proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes or proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due the date and time set for receipt of quotes or proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes or proposals are received no later than 4:30 PM (Mountain Time) on 05 March 2019. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719)554-8442 or at e-mail george.p.knowlton.civ@mail.mil. Response sent to any other email address will not be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »