Search Contract Opportunities

V112 - Moving, relocation, disposal of office furniture and equipment services

ID: N0018921QZ562 • Type: Synopsis Solicitation

Description

Posted: Sept. 21, 2021, 2:47 p.m. EDT
This is a COMBINED SYNOPSIS/ SOLICITATION for commercial services prepared in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with the additional information included in this notice. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both Contract Opportunities (https://beta.sam.gov/) and NECO (http://www.neco.navy.mil/). The Request for Quote (RFQ) number is N0018921QZ562. The Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office requests quotations from qualified sources capable of providing moving, relocation and disposal services of existing office furniture located at the National Defense University, in Fort .J. McNair, Washington, D.C. in accordance with all requirements listed in attached solicitation. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-07 and DFARS Change Notice 20210913. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars . The proposed contract action is for commercial services. The requirement is a Total Small Business set aside. The NAICS code is 484210 Used Household and Office Goods Moving, and the small business standard is $30.0M. Line Item/ Quantity/ Unit of Issue CLIN 0001 Continuity of Operations Move. 60 Each CLIN 0002 Graduation/Convocation/Ceremony Move. 2 Each CLIN 0003 Standard Office Move (SOM) (Same Building). 15 Each CLIN 0004 Standard Office Move (Different Buildings). 25 Each CLIN 0005 Premium Office Move (Same Building). 15 Each CLIN 0006 Premium Office Move (Different Buildings). 25 Each CLIN 0007 Other Special Event Support Move. 5 Each CLIN 0008 One Time Facility-Wide Move. (Base Year Only) 2 Each CLIN 0009 One Time Special Collection Memorabilia Move. (Base Year Only) 1 Each CLIN 1001 Continuity of Operations Move. 60 Each CLIN 1002 Graduation/Convocation/Ceremony Move. 2 Each CLIN 1003 Standard Office Move (SOM) (Same Building). 25 Each CLIN 1004 Standard Office Move (Different Buildings). 5 Each CLIN 1005 Premium Office Move (Same Building). 30 Each CLIN 1006 Premium Office Move (Different Buildings). 5 Each CLIN 1007 Other Special Event Support Move. 5 Each CLIN 2001 Continuity of Operations Move. 60 Each CLIN 2002 Graduation/Convocation/Ceremony Move. 2 Each CLIN 2003 Standard Office Move (SOM) (Same Building). 25 Each CLIN 2004 Standard Office Move (Different Buildings). 5 Each CLIN 2005 Premium Office Move (Same Building). 30 Each CLIN 2006 Premium Office Move (Different Buildings). 5 Each CLIN 2007 Other Special Event Support Move. 5 Each CLIN 3001 Continuity of Operations Move. 60 Each CLIN 3002 Graduation/Convocation/Ceremony Move. 2 Each CLIN 3003 Standard Office Move (SOM) (Same Building). 25 Each CLIN 3004 Standard Office Move (Different Buildings). 5 Each CLIN 3005 Premium Office Move (Same Building). 30 Each CLIN 3006 Premium Office Move (Different Buildings). 5 Each CLIN 3007 Other Special Event Support Move. 5 Each The anticipated period of performance is 30 September 2021 through 29 September 2022 with two (2), one-year option periods. Responsibility and Inspection: FOB Destination applies. Unless otherwise specified in the resultant purchase order, the contractor is responsible for the performance of all inspection requirements and quality control. The Requirements Statement is as follows (Section B): Please see the attached document for a copy of the Government's Statement of Work (SOW). Clauses and Provisions The following provision and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors Commercial Items - 52.212-2, Instructions to Offerors Commercial Items, applies to this acquisition. The Government will award on the basis of price unless the Contracting Officer is aware of past performance information related to the low price quote/offer which indicates that quote/offer may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes/offers, conduct a price, past performance tradeoff, and award to other than the lowest price quote/offer. - FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Unless the Offeror has not completed the annual representations and certification electronically, the offeror shall complete paragraph (c) through (v) of this provision in the attached clauses and provisions. - 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 Quoters are advised to include a completed copy of the provisions/clauses FAR 52.204-24, 52.204-26 and DFARS 252.204-7016. See RFQ N0018921QZ562 (Attachment I) for additional contract clauses and contract requirements determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All clauses shall be incorporated by reference into the resultant purchase order to the maximum extent practicable. Additional contract requirement(s), terms, and conditions are outlined in the attached document. Quotes must be submitted via email to carmen.greenwood@navy.mil by September 24, 2021 at 400 p.m. EST (Philadelphia, PA local time). If there are any questions, please contact Ms. Carmen Greenwood who can be reached at email carmen.greenwood@navy.mil. Questions regarding technical or contractual issues must be addressed to the Contracting Specialist via e-mail ONLY. System for Award Management (SAM). Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Payment will be made through WAWF. DO NOT SUBMIT QUOTES THROUGH THE NECO SYSTEM. SEND DIRECTLY TO EMAIL AT carmen.greenwood@navy.mil
Posted: Sept. 21, 2021, 2:26 p.m. EDT
Posted: Sept. 21, 2021, 2:15 p.m. EDT

Overview

Response Deadline
Sept. 24, 2021, 12:00 a.m. EDT (original: Sept. 20, 2021, 12:00 a.m. EDT) Past Due
Posted
Sept. 21, 2021, 2:15 p.m. EDT (updated: Sept. 21, 2021, 2:47 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
300 5th Avenue SW Fort Lesley J. McNair, Washington, DC 20036 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 2 days, below average for the NAVSUP Fleet Logistics Center Norfolk. 66% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 9/21/21 NAVSUP Fleet Logistics Center Norfolk issued Synopsis Solicitation N0018921QZ562 for V112 - Moving, relocation, disposal of office furniture and equipment services due 9/24/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 484210 (SBA Size Standard $34 Million) and PSC V112.
Primary Contact
Name
Carmen Greenwood 215-697-9572   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation N0018921QZ562

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0018921QZ562

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0018921QZ562

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0018921QZ562

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
Oct. 5, 2021
Last Updated By
carmen.greenwood@navy.mil
Archive Date
Oct. 5, 2021