Combine Solicitation – Moving Service, Naval Health Research Center
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Moving Service,
Classification Code: V - Transportation, travel, & relocation services
Solicitation Number: NHRC-1
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 92106
Place of Performance Country: US
Description:
The company may be required to disassemble/reassemble various types of furniture and equipment in order to facilitate the transportation to final location.
NHRC may require moving services approximately eight to ten times during the Period of Performance (PO), but company shall be "On Call" as needs arise.
1. Scope of Work
For each job, the vendor will supply the following services:
Disassembly, moving, staging, lading, transportation and/or reassembly of office furniture identified for "DRMO" to locations intra or internal to NHRC owned facilities. Items may be moved from any of the buildings located at
- Serviceable furniture and equipment identified for DRMO may be transported to the U. S. Navy Broadway Complex Navy Region Southwest Fleet and Industrial Supply Center [FISC]
- Unserviceable scrap metals will be transported to the
- Mover may be called upon to disassemble and relocate furniture or equipment for movement between NHRC owned buildings with 1st and 2nd floors.
- Vendor is to maintain and assert an Acceptable Quality Level Standard, that is, a system that ensures the offices are cleared of all materials that are marked DRMO, or that are to be recycled. Furniture identified for DRMO will be packaged by the vendor, to ensure 0% damage, and delivered to Furniture Reuse Center at the
- Moving services is expected to require an estimated 1,810 hours during Period of Performance: 12 months from contract award date.
- All work is to be completed during normal business hours 0700 - 1700 Monday thru Friday. All scrap metals, wood, paper and other recyclable goods will be transported to the
- Contractor will only take requests from the Contracting Officer Representative (COR) or the point of contact (POC) designated by NHRC.
- Contractor must provide a detailed proposal/plan prior to the start of this work. Plans must be submitted 7 business days prior to scheduled start of work to ensure rooms are cleared and that the facility will be accessible.
2. Services
The Contractor will perform the following moving services in a first class manner and highest commercial quality and industry standards. The expectation is that moving services will be required to support building renovations of four to six two-story buildings. The contractor shall provide a quote estimating the aggregate cost for the following moving services.
Origin Services - Disassembly of furniture pieces: - Loading of furniture and equipment at origin.
Transportation Services - Transportation of furniture utilizing company vehicles and equipment. Destination Services - Unloading of furniture and equipment at destination. - Assembly and reassembly of furniture pieces at the destination.
3. Supplies
- Contractors shall provide moving supplies to include but not limited to, boxes, packing materials and tape, in order to perform the services in a first class manner. The contractor shall provide a quote estimating the costs for moving services.
4. Equipment - Contractor shall provide trucks, forklifts, and cranes or other vehicles sufficient to perform the services in a professional manner.
- Contractor shall also use and provide all necessary moving equipment to include, but not limited to, dollies, jacks, and carryalls to perform the services in a first class manner. All costs for equipment and fuel shall be incorporated in the quote for the moving services cost.
5. Safety
- Contract is responsible for adhering to all
6. Clearance - Contractor is responsible for gaining access to NBPL and other Naval Base sites and must be cleared prior to work beginning. Contractor personnel should be easily identifiable (i.e. name tags, badges and more) in order to insure that personnel removing equipment from NHRC facilities are authorized to do so. The contractor is responsible for providing transportation to their personnel to and from the job site in company vehicles. No privately owned vehicles (POV) of the contractor's personnel will be afforded access to NBPL unless the vehicle has a valid military base access sticker. Changes to personnel list must be submitted in writing prior to access being granted. - Personnel On-site Clearance capabilities - The contractor shall submit supporting documentation of base access solution such as a RAPIDGate(R) pass. Base access information for contractors can be viewed at: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_point_loma/about/visitor_information.html. Base access is solely the contractor's responsibility. Contractor is responsible for confirmation of each employee's ability to enter the base.
Instructions and program information for RAPIDGate(R) can be found at http://www.RAPIDGate.com or (877) 727.4342. RAPIDGate(R) access requires (in succession): (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate(R) company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate(R) identification badge for single base or multiple base (enterprise) access. Contractor shall submit timeline needed to obtain base access or RAPIDGATE if not already in possession.
7. Check-In - Contractor will be notified of upcoming moves and DRMO requirements no less than one week prior to the requirement. Emergencies will be handled on a case by case basis, and are based upon contractor availability. The contractor will check in with pre-designated personnel from the
1. Number of Personnel 2. Hours Worked 3. Time In 4. Time Out
8. Technical Points of contact
Naval Health Research Center
9. Invoices Contractor shall be acquainted with Wide Area Work Flow (WAWF) as the final, approved invoices for each reporting period shall be submitted for payment via the WAWF site at https://wawf.eb.mil. Invoices for products delivered/services rendered under this contract shall be submitted via WAWF.
Contractor shall be acquainted with the Material Inspection and Receiving Report (Form DD-250) as each invoice must have an accompanying Form DD-250 providing approval of the invoice from the COTR. Copies of Form DD-250 are available at http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd0250.pdf
Invoices, packing slips and Material Inspection and Receiving Reports (Form DD-250) for services rendered under this contract will be forwarded to the COTR, Mr.
Upon receipt of signed Form DD-250 invoices and packing slips shall be submitted electronically using the WAWF site at https://wawf.eb.mil.
WAWF invoices shall conform to the following minimum standards: - Must attach a copy of the vendor's invoice - Must attach a copy of the completed DD250 (blocks 21b and 22 will need to have a typed name, date, and signature) - Must attach a copy of the packing slip (if for product deliveries) or monthly report (if for R&D services) - Invoice # entered in WAWF must exactly match the invoice # listed on the vendor's invoice attachment and DD250. - For services, in the WAWF and DD250 Description field, must list the billing period, type of services and who they are in support of (e.g. "Moving services for NHRC buildings 320, 328 & 333 for billing period
Link/URL: https://www.fbo.gov/notices/52d427747b754b8440c5e850ee96b25f
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News