Hawaii Bids > Bid Detail

V999--Transportation and Moving Service to Deactivate and Activate VA Kona CBOCs

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159529382981464
Posted Date: Nov 25, 2023
Due Date: Nov 29, 2023
Source: https://sam.gov/opp/eb458d93d9...
Follow
V999--Transportation and Moving Service to Deactivate and Activate VA Kona CBOCs
Active
Contract Opportunity
Notice ID
36C26124Q0186
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 24, 2023 03:46 pm PST
  • Original Response Date: Nov 29, 2023 10:00 am PST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V999 - TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER
  • NAICS Code:
    • 484210 - Used Household and Office Goods Moving
  • Place of Performance:
    Kailua-Kona , HI 96740
    USA
Description


This is a Sources Sought only. As part of its Market Research, NCO 21 is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable of providing transportation and moving services as further described in the draft Performance Work Statement (PWS). The Government may use the responses to this RFI for information and planning purposes. The draft PWS describes only the currently contemplated possible scope of work and may vary from the work scope in a final PWS included in any Request for Quote (RFQ). The contractor will be providing transportation and moving services for Old Kona CBOC, 75-377 Hualalai Rd, Kailua-Kona, HI 96740 and moving to a new facility located at 73-5618 Maiau Street, Kailua Kona, Hawaii 96740.

There is no solicitation document as this time. The NAICS is 484210 Used Household and Office Goods Moving, with Small Business size of $34.0M.
NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement.
Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to brandy.gastinell@va.gov no later than 10 AM Pacific Time, November 29, 2023.
If interested, please provide the following information. Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source:
Name of Company
Point of Contact Name, phone number, and email address
DUNS number
Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz.
Capability statements that include the following:
Identify geographical areas your company currently services?
Approximately how many current employees do you have in the service area(s)?
Indicate prior experience for same/similar service in these geographical areas. If the experience is through government contract, please identify the contract number.
Are you a certified and authorized vendor to perform transportation/moving services?
If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement.

Before responding please carefully read and consider the following:

As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html

The Service Contract Act will apply.

Please see the DRAFT Performance Work Statement attached for further details.
DISCLAIMER
This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice.


PERFORMANCE WORK STATEMENT
PHASE 1: ACTIVATION MOVE INTO NEW KONA CBOC

OBJECTIVE: The Department of Veterans Affairs, Pacific Island Health Care System, 459 Patterson Road, Honolulu, HI 96819, would like in to requesting support in activating a New CBOC. Services need are to moving approximately 13 examination tables 13 examination table rails 6 examination light, 1 procedure table, upholstered top, 1 set chair arms, 1 set articulating knee crutch & 21 pallets of medical equipment and supplies into the New Kona CBOC, 73-5618 Maiau Street, Kailua Kona, Hawaii 96740. Period of Performance February 5, 2024, through February 9, 2024, (These dates are tentative)

1. SCOPE OF WORK. The Vendor shall furnish all supervision, labor, material, equipment, and vehicles to perform move service of Government-owned medical equipment, office equipment, and bring all equipment and supplies into (See attachment A& B) the new location, unpacking items, putting item in the designated location of assembling and removing all trash and debris per the discretion of the Logistics Management Specialist (LMS).

1.1. Services include, but not limited to, the following Pacific Islands Health Care System Facilities:

PIHCS Facility Address Number
Activation Location: New Kona CBOC 73-5618 Maiau Street
Kailua Kona, Hawaii 96740
1.2. SPECIFIC TASKS

1.2.1. REQUEST FOR SERVICES. OFFLOADING AND MOVING. Upon arrival of container to the New VA Kona CBOC, the vendor will be responsible for offloading and placement of items into the building.

1.2.2. Upon arrival at destination, items/equipment shall be unloaded at the designated receiving area and placed therein as instructed by Government Authorized Individual (AI) or his/her designated representative; representative shall be present. Unloading, unpacked, and placed in its designated area by the end of workday. The vendor shall remove and dispose all packing material, boxes and pallets associated with the delivery. The vendor shall not place these items into Government-owned dumpsters. Vendor will be responsible for providing a dumpster. Disposal shall be in compliance with all Federal, State, Local and Environmental regulations. Under no circumstances shall any items be disposed of on government property.

12.3. The vendor will not be required to connect any equipment from electrical devices during the relocation. Once items have been placed, the vendor will not be required to move the equipment/items(s) a second time. The vendor shall be responsible for replacing all missing, broken, damaged hardware or soiled equipment/items(s) incurred by the vendor.

1.2.4 A list of equipment and supplies will be provided to vendor to verify quantities of equipment and supplies.

1.3. HANDLING OF EQUIPMENT AND SUPPLIES. All equipment and supplies shall be handled with the utmost care. At no time shall any item be thrown around the building; dragged across the room or ground or slid down stairwells without planking or equipment. Furniture blankets/pads shall be used to cushion furniture in transit in order to prevent damage. The vendor shall ensure adequate safety precautions are taken to prevent injury to employees and Government personnel during performance.

1.4. VENDOR S SUPPLIES AND EQUIPMENT. The vendor shall provide all supplies and equipment to perform the services for this contract to include the following items: hand trucks, dollies, furniture blankets, pads, tie downs and other equipment to adequately protect and secure items while moving into the building. Vendor will need to provide a Gradall 3 stage forklift or forklift at the New Kona CBOC to get large items that cannot fit in the elevator up to the second floor. Contractor will need to provide a 20 Foot Dumpster at the New Kona CBOC or at their facility for trash and debris.
2. SERVICE PERFORMANCE SUMMARY. The contract service requirements are summarized into performance objectives that are related directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.

3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will coordinate shipping of all equipment and supplies for the New VA Kona CBOC.

4.4. HOURS OF OPERATION. All work performed under this task order shall be during the Government s normal working hours of 7:00 a.m. to 4:00 p.m., Monday through Friday, excluding Federal Holidays. Should the vendor fail to complete any scheduled service by 4:00 pm the vendor shall continue to perform the services until completion at no additional cost to the government.
PHASE 2: DE-ACTIVATION OF OLD KONA CBOC

OBJECTIVE: The Department of Veterans Affairs, Pacific Island Health Care System, 459 Patterson Road, Honolulu, HI 96819, would like to request support in de-activating our Old Kona CBOC. Services need are to moving needed equipment from the Old Kona CBOC, 75-377 Hualalai Rd, Kailua-Kona, HI 96740 to the New Kona CBOC, 73-5618 Maiau Street, Kailua Kona, Hawaii 96740. All remaining expendable items (i.e., old furniture) will need to dispose of and return all non-Expendable equipment (i.e., old medical equipment, old computers) will need to be loaded into a container & shipped back to VA Warehouse, 3375 Koapaka St., Suite D155, Honolulu, Hi 96819). Period of Performance May 31, 2024 through June 7, 2024. (These dates are tentative)
1. SCOPE OF WORK. The Vendor shall furnish all supervision, labor, material, equipment, and vehicles to perform move service of Government-owned medical equipment, office equipment, and furniture. All equipment is moved from Old Kona CBOC to the New Kona CBOC, vendor will need to assist the VA Non-Expendable Team in disposal of expendable items (i.e., old furniture) and load 40 ft. container to return to all non-Expendable equipment (i.e., old medical equipment, old computers) to VA Warehouse, 3375 Koapaka Street, Suite D155, Honolulu, HI 96819. Vendor would also, assist our engineering team to bring Old Kona CBOC to expectable condition to return keys and property to lessor. This would of consist of removing everything off the walls, & once all IT Equipment are removing, then vendor can remove IT wires and dumping them.

1.2. Services include, but not limited to, the following Pacific Islands Health Care System Facilities:

PIHCS Facility Address Number
De-Activation Location: Old Kona CBOC 75-377 Hualalai Rd, Kailua-Kona, HI 96740
Activation Location: New Kona CBOC 73-5618 Maiau Street
Kailua Kona, Hawaii 96740


1.2. SPECIFIC TASKS

1.2.1. REQUEST FOR SERVICES. PICK-UP & DELIVERY SERVICES. Upon pick-up, at VA Old Kona CBOC, all piece of equipment will be wrap and loaded by vendor. Once vendor have loaded all pallets it is the responsibility of the contractor to make sure all equipment is secure for safe transport and safeguarding to prevent loss or damage.

1.2.2. It shall be the responsibility of the vendor when making a delivery and/or pick-up to verify the inventory, note the condition and weight of the total load, and ensure that only items listed are pick up and transported.

1.2.3. Upon arrival at destination, items/equipment shall be unloaded at the designated receiving area and placed therein as instructed by Government Authorized Individual (AI) or his/her designated representative; representative shall be present. Unloading, unpacked, and placed in its designated area by the end of workday. The vendor shall remove and dispose all packing material, boxes and pallets associated with the delivery. The vendor shall not place these items into Government-owned dumpsters. Disposal shall be in compliance with all Federal, State, Local and Environmental regulations. Under no circumstances shall any items be disposed of on government property.

1.2.4. The vendor will not be required to connect any equipment from electrical devices during the relocation. Once items have been delivered and placed, the vendor will not be required to move the equipment/items(s) a second time. The vendor shall be responsible for replacing all missing, broken, damaged hardware or soiled equipment/items(s) incurred by the vendor.

1.2.5. The vendor shall make every effort to make delivery prior to returning undelivered equipment/item to the point of origin. This includes calling and allowing 30 minutes for the AI or his/her designated representative to arrive at the delivery site. In the event all attempts have failed, the vendor shall notify the Logistics Management Specialist who will instruct the vendor to return equipment/item(s).
1.2.6. The Government will compensate the vendor for failed attempts to deliver items due to circumstances for which the Government is responsible, i.e., the AI or designated alternate is not available, or the activity is not accessible by reason of painting, fumigating, construction repairs, etc. The reason for non-delivery shall be noted on the billing invoice. Delivery that is not completed during the normal Government business hours will be returned to the point of origin because of lack of coordination with the customer (Government). Under no circumstances is storage permitted at the vendors place of business.

1.2.7. The vendor shall be responsible for the inventory of items to include verifying the condition of each item to be moved when making a delivery. The following documents maybe used for the purpose of inventory and/or annotation of the condition of equipment, and supplies:

a. Excel Spreadsheet
The vendor shall document its completion of inventory verification, condition, and weight.

1.3. HANDLING OF EQUIPMENT AND SUPPLIES. All equipment and supplies shall be handled with the utmost care. At no time shall any item be thrown, either from the truck/van or building; dragged across the room or ground or slid down stairwells without planking or equipment. Furniture blankets/pads shall be used to cushion furniture in transit in order to prevent damage. The vendor shall ensure adequate safety precautions are taken to prevent injury to employees and Government personnel during performance. The vendor will supply boxes and tape to the customer prior to scheduled appointment. Packing of boxes will be completed by the customer before scheduled appointment with the vendor.

1.4. VENDOR S VEHICLES, SUPPLIES AND EQUIPMENT. The vendor shall provide all vehicles, supplies and equipment to perform the services for this contract to include the following items: covered furniture moving van with hydraulic tailgate or loading ramp, hand trucks, dollies, furniture blankets, pads, tie downs and other equipment to adequately protect and secure items while in transit. The contractor will need to provide a Gradall 3 stage forklift or forklift at the new Kona CBOC to get large items that cannot fit in the elevator up to the second floor. Contractor will need to provide a 20 Foot Dumpster at the Old Kona CBOC or at their facility for trash and debris.

1.4.1. Trucks/Vans shall be clearly marked indicating the vendor s name and phone number. vendor s vehicles shall meet all federal, state, and local requirements for motor vehicles registration and safety.

2. SERVICE PERFORMANCE SUMMARY. The contract service requirements are summarized into performance objectives that are related directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.
3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide a Container for transport of equipment back to Oahu and forklift and government staff to assist with the offloading at VA Warehouse.

4.4. HOURS OF OPERATION. All work performed under this task order shall be during the Government s normal working hours of 7:00 a.m. to 4:00 p.m., Monday through Friday, with 15-minute break in the morning and afternoon, & 30-minute lunch break. Excluding Federal Holidays. Should the vendor fail to complete any scheduled service by 4:00 pm the vendor shall continue to perform the services until completion at no additional cost to the government.
Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 24, 2023 03:46 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >