Federal Bid

Last Updated on 05 Jan 2016 at 9 AM
Combined Synopsis/Solicitation
Fort riley Kansas

IACH MOVING SERVICES

Solicitation ID W911RX-16-Q-0008
Posted Date 25 Nov 2015 at 3 PM
Archive Date 05 Jan 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Fort riley Kansas United states 66442
Fort Riley Competition Terms and Contract Type
All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to meet all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price Purchase/Delivery Order will be awarded as a result of this solicitation. Any reference to the term "BID" in this solicitation is used synonymously with the word "QUOTE". Please see FAR 13.004-Legal effect of quotations, 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. An agreement, if any, will be made with the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsis/solicitation; (2) represents the best value to the Government, prices and factors considered. The Contracting Officer may choose to issue multiple awards. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received.

Set-Aside Requirement
Far Clause 52.219-6, Notice of total Small Business Set Aside is applicable.

Participation
This solicitation is procured as restricted to small business concerns.

Questions/Clarifications Deadline
Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions not received prior to 03 December 2015 NLT 1100AM (CST) may not be considered.

System for Award Management (SAM) Requirement
IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov.

Electronic Submission of Payments
In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors shall register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or [email protected].

NAICS Code and Size Standard
The applicable NAICS code for this procurement is 484210 or similar NAICS with the related size standard of $27.5M. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability.

Evaluation for Award
The Government will award a firm fixed price 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: price, technical capability, past performance, and delivery of the item offered to meet the Government requirement. All evaluation factors other than price, when combined, are equally important as price (Lowest Price Technically Acceptable (LPTA)).

Offer Period
Quote shall be good for 30 calendar days after close of Buy.

Filing a Protest
It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the contracting officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road RM: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: [email protected]

Contracting Officer Contact Information
Please contact the following for any concerns regarding the solicitation and/or award of this requirement: Jennifer Pacheco Contracting Officer MICC - Fort Riley Com: (785) 239-4586
Email: [email protected]

FAR Part 52.212-1(f)
Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the RFQ solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas.

Description of Services
Please see all Exhibits and Attachments for all details.
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform to move equipment and property within IACH Buildings, Fort Riley, KS 66442 as defined in this Performance Work Statement. Except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. The IACH moving requirement is an on-going requirement in support of IACH. Furniture and equipment moving and storage are not a core competency of the Government and as such it would continue to be in the best interest to contract out this requirement for price competitiveness and allow contractors to utilize "best commercial" practices for moving services.

Provision and Clauses
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 19 Jul 2004. From the Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS), the following provisions and clauses are applicable to this solicitation, depending on total contract value:
In All Solicitations and Contracts as applicable:
Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3, 525.217-5, 52.217-4, 52.222-22, 52.225-3, 52.209-2, and 52.217-3 Clauses: 52.204-9, 52.204-10, 52.204-13, 52.209-10,52.212-4, 52.212-5, 52.247-34, 52.204-99, 52.252-2, 52.252-6, 52.217-6, 52.219-28, 52.232-39, 52.232-18, 52.232-19, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.209-6, 52.225-4, 52.225-4 Alt I, 52.225-4 Alt II, 52.232-39, 52.222-50, 52.222-51, 52.252-2,52.237-2, 52.239-1, 52.223-5, 52.237-3, 52.217-8, 52.217-9, 52.222-35, 52.222-36, 52.222-37, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7004 Alt A, 252.223-7008, 252.225-7021, 252.227-7015, and 252.227-7037.Additional for orders valued over the SAT $150,000.00 and as applicable:Provisions: 252.247-7022, 52.209-5, 52.216-1, and 52.209-7 Clauses: 52.203-16, 52.203-17, 52.204-4, 52.203-3, 52.202-1, 52.232-17, 52.222-40, 52.209-9, 52.203-6, 252.205-7000, 252.225-7012, and 252.226-7001
Full text of these clauses may be found at http://farsite.hill.af.mil

Bid Protests Not Available

Similar Past Bids

Fort riley Kansas 29 Dec 2017 at 6 PM
Middlefield Massachusetts 25 Jul 2019 at 7 PM
Fort riley Kansas 21 Sep 2018 at 5 PM
Fort riley Kansas 01 Mar 2011 at 3 PM
Fort riley Kansas 11 Mar 2025 at 1 PM

Similar Opportunities

Cordova Tennessee 14 Jul 2025 at 9 PM
Kodiak Alaska 10 Jul 2025 at 9 PM
Redstone arsenal Alabama 09 Jul 2025 at 8 PM
Redstone arsenal Alabama 09 Jul 2025 at 8 PM