N071- WPB Furniture Moving and Storage Contract - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
December 11, 2020 Newswires
Share
Share
Post
Email

N071– WPB Furniture Moving and Storage Contract

Contract Opportunities

Notice Type: Combine Solicitation

Posted Date: 10-DEC-20

Office Address: Veterans Affairs, Department of; VETERANS AFFAIRS, DEPARTMENT OF; 248-NETWORK CONTRACT OFFICE 8 (36C248); TAMPA, FL 33637

Subject: N071-- WPB Furniture Moving and Storage Contract

Classification Code: N - Installation of equipment

Solicitation Number: 36C24821Q0279

Contact: [email protected]

Setaside: N/AN/A

Place of Performance (address): Department of Veterans Affairs West Palm Beach VA Medical Center7305 North Military Trail Palm Beach Gardens, FL. 33410-6400

Place of Performance Country: USA

Description: Veterans Affairs, Department of

VETERANS AFFAIRS, DEPARTMENT OF

248-NETWORK CONTRACT OFFICE 8 (36C248)

Page 17 of 17Page 17 of 17COMBINED SYNOPSIS/SOLICITATIONThe West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, FL 33410 has a requirement to provide service which includes preparation, transportation, and relocation of the furniture as specified by the requestor located at the Department of Veterans Affairs Medical Center, West Palm Beach, FL. There will be a one-year base period and maybe a one-year option period. The attached Statement of Work (SOW) shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 484210 and $30 Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made.Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues.The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation factors will be considered in descending order of importance:Technical Capability: Provide technical performance plan Past Performance: Prospective contractors may provide a list of three business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed.Contractor s Proposed Rate for: One Year Base Period and One Year Separately Priced Option Year.Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition:(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Mar----2015) (22"---U.S.C. 7104(g)). ___Alternate I (Mar----2015) of 52.222-50 (22"---U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug----1996) (31"---U.S.C.----3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct----2004) (Pub.----L.----108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph----(b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept----2006), with Alternate----I (Oct----1995) (41"---U.S.C.----253g and 10"---U.S.C.----2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct----2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov----2011) (15"---U.S.C.----644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15"---U.S.C.----637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan----2017) (15"---U.S.C.----637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul----2013) (15"---U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June----2003) (E.O.----11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct----2016) (E.O.----13126). 52.222-21, Prohibition of Segregated Facilities (Apr----2015). 52.222-26, Equal Opportunity (Sep----2016) (E.O.----11246). 52.222-35, Equal Opportunity for Veterans (Oct----2015)(38"---U.S.C.----4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul----2014) (29"---U.S.C.----793). 52.222-37, Employment Reports on Veterans, (Feb----2016) (38"---U.S.C.----4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug----2011) (E.O. 13513). 52.225-1, Buy American Supplies (May----2014) (41"---U.S.C.----10a-10d). 52.225-5, Trade Agreements (Oct----2016) (19"---U.S.C.----2501, et---'seq., 19"---U.S.C.----3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June----2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul----2013) (31"---U.S.C.----3332). 52.239-1, Privacy or Security Safeguards (Aug----1996) (5"---U.S.C.----552a). (c) The Contractor shall comply with the FAR clauses in this paragraph----(c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act Labor Standards (May----2014) (41"---U.S.C.----351, et---'seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May----2014) (29"---U.S.C.----206 and 41"---U.S.C.----351, et---'seq.). (d) ----Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph----(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3"---years after final payment under this contract or for any shorter period specified in FAR---'subpart----4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs----(a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct----2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov----2016) (15"---U.S.C.----637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep----2016) (E.O.----11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct----2015) (38"---U.S.C.----4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul----2014) (29"---U.S.C.----793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of----1965 (May----2014) (41"---U.S.C.----351, et---'seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar----2015) (22"---U.S.C. 7104(g)). Alternate I (Mar----2015) of 52.222-50 (22"---U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov----2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May----2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May----2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb----2006) (46"---U.S.C. Appx.----1241(b) and 10"---U.S.C.----2631). Flow down required in accordance with paragraph----(d) of FAR clause----52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference:FAR 52.204-7 System for Award ManagementFAR 52.212-1 Instructions to Offerors Commercial itemsFAR 52.212-4 Terms and Conditions Commercial itemsFAR 52.217-5 Evaluation of OptionsFAR 52.217-8 Option to Extend ServicesFAR 52.217-9 Option to Extend the Term of the ContractFAR 52.222-41 Service Contract Labor StandardsFAR 52.225-2 Buy American CertificateFAR 52.232-33 Payment by Electronic Funds Transfer System for Award ManagementFAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract ClaimVAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertisingVAAR 852.237-70 Contractor responsibilitiesVAAR 852.270-1 Representatives of contracting officersVAAR 852.273-70 Late offersVAAR 852.273-74 Award without exchanges52.252-1"--'solicitation Provisions Incorporated by Reference (Feb----1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/http://farsite.hill.af.mil/This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.---- Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.---- However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary.Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages)Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates)Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages)Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM.Completed Schedule of Rates. BASE YEARITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT00011.00YR____________________________________Storage Services, preparation, transportation and relocation. Contract Period: BasePOP Begin: 12-22-2020POP End: 12-21-2021BASE YEAR TOTAL__________________OPTION YEAR ONEITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT10011.00YR____________________________________Storage Services, preparation, transportation, and relocation. Contract Period: Option Year OnePOP Begin: 12-22-2021POP End: 12-21-2022OPTION YEAR ONE TOTAL__________________Not to exceedAll sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Statement of Work may submit their detailed quote no later than 4:00pm EST on December 15, 2020 to the following: Sylvia Nobles, [email protected]. Oral communications are not acceptable in response to this notice. See attached document: Statement of Work.STATEMENT OF WORKSOW Storage ContractThe WPB VA Medical Center is requesting Moving and Storage of furniture located in the following rooms: Basement, 5A 101, 8A 101, 9A 101, 9B 101, Rooms 4 A 116 and 117, Building 13, Building 14 and Warehouse. The number of furniture to be move and store are up to 500 items. Property includes but not limited to Beds, Chairs, Sofa, Desks, and Tables. The furniture will be occupied space of approximately 16,011 FT3 (Cubic feet). The storage of furniture will not exceed one year.Service Category: This service category includes the preparation, transportation, and relocation of the furniture as specified by the requestor. Further service category includes retrieving, transportation, storing and returning items to the requestor, or as specified in the agency request (i.e. different items at different times).Specifics:The furniture is presently in varies parts of the Medical Center (i.e. Basement, Room 5A, Room 8A, Room 9A, Room 9B, building 13, Building 14, and 4C116 and 117). Except for the beds that will be in the warehouse for pickup. Furniture storage will need separated and tagged by each location category (Basement, Room 5A, Room 8A, Room 9A, Room 9B, building 13, building 14, and Room 4C116 and 117). The beds will have room number allocation of warehouse.The approximately total number of is 425 pieces of furniture (See table 1).The furniture stored is approximately 17K cubic feet (See table 1).Wrap each furniture item.Package the furniture item.Transporting furniture to storage facility.Store the furniture in air condition environment, secure, weatherproof, free from rodents, safe from mold and mildew.Storage location will be containing lighting for viewing content, and access for WPB VA agency personnel for inspection.Inspection will be done by the COR. The COR will contact the vendor 2 days in advance prior to visit.Vendor will have a person at the location to receive the COR at their facility.Contractor will be responsible to plan, organize, schedule, and coordinate moves. The contractor must coordinate all activities with the using agency CO (Contracting Officer) and COR (Contracting Officer Representative).The contractor must assign a representative to manage all aspects of each relocation service. The representative must be required to be on-site during the move.Furniture pick from the Medical Center may take more than one day and must be done during operating hours of 8 am to 4:30 pm Monday through Friday.Once the COR know what furniture from the specified room (i.e. Basement, Room 5A, Room 8A, Room 9A, Room 9B, building 13, Building 14, and 4C116 and 117) need to be returned to the medical center the COR will contact the vendor and have that furniture delivered to the warehouse. This will be occurred at minimum of 2X in the year or a maximum of 5X in the year until all the furniture has been returned to the Medical Center, this includes the beds as well. The returning of furniture the Medical Center may take more than one day and must be done during operating hours of 8 am to 4:30 pm Monday through Friday.Table 1:Not to exceedPost Award Administration: The contractor s performance shall be monitored and evaluated in accordance with the requirements outlined in the contract.

Link/URL: https://beta.sam.gov/opp/575859f965fc491ab51ad9dd2f733d69/view

Newer

Sens. Wyden, Casey Release New Report Showing Nursing Home Rates of Death, Infection Are Rising Rapidly

Advisor News

  • Equitable launches 403(b) pooled employer plan to support nonprofits
  • Financial FOMO is quietly straining relationships
  • GDP growth to rebound in 2027-2029; markets to see more volatility in 2026
  • Health-related costs are the greatest threat to retirement security
  • Social Security literacy is crucial for advisors
More Advisor News

Annuity News

  • Best’s Special Report: Analysis Shows Drastic Shift in Life Insurance Reserves Toward Annuity Products, and a Slide in Credit Quality
  • MetLife to Announce First Quarter 2026 Results
  • CT commissioner: 70% of policyholders covered in PHL liquidation plan
  • ‘I get confused:’ Regulators ponder increasing illustration complexities
  • Three ways the Corebridge/Equitable merger could shake up the annuity market
More Annuity News

Health/Employee Benefits News

  • REPORT: Non-diabetes GLP-1 prescriptions would double upcoming city employee health insurance rise
  • Gov. Kelly Signs Bipartisan Bill to Expand Health Coverage for Children
  • The health insurance sinkhole
  • Families worry their fragile peace could be at risk with Medicaid cuts
  • Terry Savage: The health insurance sinkhole
More Health/Employee Benefits News

Life Insurance News

  • An Application for the Trademark “PREMIER ACCESS” Has Been Filed by The Guardian Life Insurance Company of America: The Guardian Life Insurance Company of America
  • AM Best Assigns Credit Ratings to North American Fire & General Insurance Company Limited and North American Life Insurance Company Limited
  • Supporting the ‘better late than never’ market with life insurance
  • Best’s Special Report: Analysis Shows Drastic Shift in Life Insurance Reserves Toward Annuity Products, and a Slide in Credit Quality
  • The child-free client: how advisors can support this growing demographic
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Protectors Vegas Arrives Nov 9th - 11th
1,000+ attendees. 150+ speakers. Join the largest event in life & annuities this November.

An FIA Cap That Stays Locked
CapLock™ from Oceanview locks the cap at issue for 5 or 7 years. No resets. Just clarity.

Aim higher with Ascend annuities
Fixed, fixed-indexed, registered index-linked and advisory annuities to help you go above and beyond

Unlock the Future of Index-Linked Solutions
Join industry leaders shaping next-gen index strategies, distribution, and innovation.

Leveraging Underwriting Innovations
See how Pacific Life’s approach to life insurance underwriting can give you a competitive edge.

Bring a Real FIA Case. Leave Ready to Close.
A practical working session for agents who want a clearer, repeatable sales process.

Press Releases

  • RFP #T01525
  • RFP #T01725
  • Insurate expands workers’ comp into: CA, FL, LA, NC, NJ, PA, VA
  • LifeSecure Insurance Company Announces Retirement of Brian Vestergaard, Additions to Executive Leadership
  • RFP #T02226
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet