SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NUMBER
PR6849171 / PAGE 1 OF
52
2. CONTRACT NO. / 3. AWARD/EFFECTIVE
DATE
TBD / 4. ORDER NUMBER / 5. SOLICITATION NUMBER
19CA4518Q0002 / 6.SOLICITATION ISSUE
DATE
December 15, 2017
7. FOR SOLICITATION
INFORMATION CALL / a. NAME
Lenton Davies/Elias Koutavas / b. TELEPHONE NUMBER(No collect calls)
514-908-3737/
517-908-3638 / 8. OFFER DUE DATE/ LOCAL TIME
January 25 2018
NLT 16:00 P.M.
9. ISSUED BY CODE / 10. THIS ACQUISITION IS
U.S. Consulate General
Management Officer
315, Place D’Youville, Suite 500
Ottawa, ON K1P 5T1 / UNRESTRICTED
SET ASIDE: % FOR
SMALL BUSINESS EMERGING SMALL BUSINESS
Montreal, QC H2Y 0A4 / HUBZONE SMALL BUSINESS SMALL BUSINESS
SERVICE-DISABLED VETERAN OWNED 8(A)
NAICS:
SIZE STD:
11. DELIVERY FOR FOB / 12. DISCOUNT TERMS / 13a. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 700)
DESTINATION UNLESS BLOCK IS MARKED
SEE SCHEDULE / 13b. RATING
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO: / Code / 16. Administered by:
U.S. Consulate General
315, Place D’Youville, # 500
Montreal, QC H2Y 0A4
Montreal, QC H2Y 0A4
17.a. CONTRACTOR/OFFEROR CODE FACILITY CODE
TELEPHONE NO: / 18a. PAYMENT WILL BE MADE BY
Charleston Financial Service Center
17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER / 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
One Time Move services, moving US Consulate from current location to new location.
See Attached.
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA / 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN ____ COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. / 29. AWARD OF CONTRACT: REF. ______OFFER DATED ______. YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR / 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) / 30c. DATE SIGNED / 31b. NAME OF CONTRACTING OFFICER (Type or Print)
Lenton Davies / Contracting Officer / 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV3/2005)

PREVIOUS EDITION IS NOT USABLE Computer Generated Prescribed by GSA - FAR (48 CFR) 53.212

19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______
32b. SIGNATURE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE / 32c. DATE / 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE / 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33. SHIP NUMBER / 34. VOUCHER NUMBER / 35. AMOUNT VERIFIED
CORRECT FOR / 36. PAYMENT / 37. CHECK NUMBER
PARTIAL / FINAL / COMPLETE PARTIAL FINAL
38. S/R ACCOUNT NO. / 39. S/R VOUCHER NO. / 40. PAID BY
41.a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT / 42a. RECEIVED BY (PRINT)
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER / 41C. DATE
42b. RECEIVED AT (Location)
42c. DATE REC’D (YY/MM/DD) / 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 3/2005) BACK

December 11, 2017

To: Prospective Offerors

Subject: Moving Services - Solicitation Number 19CA4518Q0002

Enclosed is a Request for Quotations (RFQ) for moving and move-related services to relocate the U.S. Consulate general – Montreal from its current location 1155 Saint-Alexandre to its new location, 1134 Saint-Catherine Ouest. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the required portions of the attached document (to include Section I, Block 23, Section 5, Representations and Certifications) and submit it with a technical proposal to the address shown on the Standard Form 1449 that follows this letter.

The US Consulate intends to conduct a pre-proposal conference followed by a site visit to the US Consulate located at 1155 St. Alexandre, Montreal, QC H2Y 0A4 on January 12, 2018 at 10:00AM and all prospective offerors who have received a solicitation package are invited to attend. See the Addendum to Solicitation Provisions of the attached solicitation for details.

Your quotation must be submitted in a sealed envelope marked “Quotation Enclosed” to the Contracting Officer, Lenton Davies, 315 Place D’Youville, suite 500, Montreal, Quebec, H2Y 0A4 on or before January 25, 2018 no later than 16:00PM. No quotation will be accepted after this time.

The U.S. Government intends to award a contract/purchase order to the responsible company submitting an acceptable quotation at the lowest price. We intend to award a contract/purchase order based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. Questions regarding this solicitation should be submitted in writing to Elias Koutavas; .

Sincerely,

Lenton Davies

Contracting Officer

Enclosure


TABLE OF CONTENTS

Section 1 - The Schedule

·  SF 1449 cover sheet

·  Continuation To SF-1449, RFQ Number 19CA4518Q0002 Prices, Block 23

·  Continuation To SF-1449, RFQ Number 19CA4518Q0002, Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement

·  Attachment 1 to Description/Specifications/Performance Work Statement,

Inventory List

Section 2 - Contract Clauses

·  Contract Clauses

·  Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3 - Solicitation Provisions

·  Solicitation Provisions

·  Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

·  Evaluation Factors

·  Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Representations and Certifications

·  Offeror Representations and Certifications

·  Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12


SECTION 1 - THE SCHEDULE

CONTINUATION TO SF-1449

RFQ NUMBER 19CA4518Q0002

PRICES, BLOCK 23

1. BACKGROUND AND PURPOSE

The United States Consulate in Montreal is moving from 1155 St. Alexandre, Montreal to a new office building (NOB) located at 1134 Saint Catherine Ouest. The Consulate anticipates moving in late spring/early summer of 2018. The move consists of approximately See 1.4, The Sites, in the Description/Specifications/Work Statement.

2. SCOPE OF SERVICES

The Contractor shall provide all necessary personnel, supervision, packing materials, moving supplies, equipment and vehicles to efficiently accomplish the Embassy’s/Consulate’s office move. Services will include planning, pick up and loading of property, transporting to the NCC , delivering property to the designated room(s), and positioning at the new location. In addition, padding and packing/crating of certain items, disassembly of property, moving of bulky and heavy items will be required.

3. TYPE OF CONTRACT

This is a fixed price completion type contract.

4. TYPES OF SERVICES

The Contractor shall provide move planning and moving services as specified in Continuation to SF-1449, Schedule of Supplies/Services, Block 20, Description/Specifications/Work Statement. Performance may be required outside the normal workday to avoid traffic tie-ups, prepare staged materials or meet other schedule requirements.


5. PRICING

(a)  The Government will pay the Contractor a fixed price upon satisfactory completion of the move.

(b)  The Contractor shall include the cost of all equipment, materials, labor (including any premium pay for services required for overtime and holidays), overhead, and profit in the fixed price for moving services.

(c)  The Government will make payment in Canadian dollars.

5.1 VALUE ADDED TAX

Value Added Tax (VAT) is not included in the CLIN rates. Instead, it will be priced as a separate Line Item in the contract and on Invoices.

6. PRICES

Moving Services. The fixed price for move of the U.S. Embassy/Consulate, as described herein, is:

(including VAT)


CONTINUATION TO SF-1449

CONTRACT NUMBER 19CA4518Q0002

SCHEDULE OF SUPPLIES/SERVICES, BLOCK 20

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

1. WORK REQUIREMENTS

1.1 The U.S. Government's New Office Building (the NOB), on 1134 Rue Ste-Catherine O, Montréal, will ready for occupancy in the spring/summer of 2018. This statement of work is for services to move USG property from the current building on 1155 St. Alexandre, Montréal, referred to as the Consulate General of the United States

Services include pick-up, transport, and delivery of USG property. The Contractor shall supply vehicle/s, driver/s, men and other moving equipment (e.g., cranes, pallet jacks, fork lifts, hand trucks, etc.) as required for moving and transport of USG property.

The Contractor shall:

a. Pick up the items from the current location (building, agency and room number(s)) indicated by the Contract Officer Representative (COR).

b. Follow move sequencing directions from the COR

c. Transport the items to the NOB site in accordance with Montreal traffic department regulations and in accordance with the movement routing set up by the RSO.

d. Deliver the items to the location (building, agency and room number(s)) indicated on the move labels affixed to the items. .

e. The Contractor shall place, arrange, and stack (if applicable) the items at locations as instructed by the Government’s representatives.

1.2  General. The Contractor shall provide all equipment, materials, managerial, administrative, and direct labor personnel to accomplish the work in this contract. Contractor employees shall be on site only for contractual duties and not for other purposes. The Contractor is responsible for making all required arrangements regarding reserving on-street parking at both locations during the duration of the move, parking permits, blockage of roads, halting of traffic, with local authorities, for the duration of the move.

1.3  Definitions.

“Government” , “USG” means the U.S. government.

"Chancery" and/or “Annex” means the existing/old Consulate building

“NOB” means the new office building

“EXEC” means the executive office

“RSO” means the Regional Security Office

“IPC” means Information Program center

“ISC” means Information Systems center

“Mailroom” means the mailroom

"PAS" means the Public Affairs Section

“POL/ECON” means Political/Economics

“FCS” mean Foreign Commercial Service

“MGT” means the Management Section

“GSO” means the General Services Office

“CONS” means the Consular Section

“HSI” Homeland Security Investigations

“LGF” means local guard force

1.4 Move items. The Consulate anticipates moving boxed files, boxed personal items, loose items, safes (some filled and some empty), office equipment, computers, monitors, printers, fax machines, copiers, refrigerators, microwaves, coffee pots and other items as listed in the estimated quantities noted in Attachment 1. All files, office supplies, desk and personal items to be moved will be self packed by Consulate personnel. A very few number of office furniture/furnishings will be moved, however, some items to be moved may include the following: server racks, desks, chairs, computer tables, telephone tables, bookshelves, coat racks, umbrella stands, pictures, maps, white boards, cork boards, telephones, lamps, fire extinguishers and other common items found in an office environment. All items shall be wrapped in a protective element to prevent damage to include scratching and denting the item. The Consulate will disconnect and reconnect computers and other electrical items. Contractor will disconnect and reconnect the TVs and wall mounts.

The Contractor is responsible for obtaining all city/ parking permits for both locations for the duration of the move, if necessary.

a. Chancery. The Chancery will reserve elevator #5 from our current landlord. All items will be removed from the Chancery using this elevator.

New Office Building. The NOB has two passenger elevators (door is 42” by 84”) and 2 stairwells. The elevator placard inside the elevator indicates 18 passengers and 1364 kg capacity (3000 lbs.). The USG requires that the elevator loading do not exceed 75% of capacity (2250 lbs.) at any given time. The two passenger elevators will be used as the main mode of movement of items to be relocated. No crane will be necessary for movement of safes. The NOB walls are made of "drywall" or "gypsum board" and will damage easily when bumped. Movers must protect walls and corners.

1.5 Duties and Responsibilities.

1.5. A. Move plan. Working closely with the COR, the Contractor will develop a move plan that fits within the embassy’s overall moving plan. This plan will include a color keyed labeling system for boxes by consulate sections and by floors. Certain areas of the consulate require an escort and can only be entered during scheduled times and some of the items will require a constant cleared escort. Contractor shall schedule move priorities as directed by the COR.

The move plan shall:

Describe materials, manner, and process for protection of facilities, including grounds, floors, carpets, doors, elevators, and walls.

Include and describe any building alterations needed for removal of safes and other heavy items from upper floors and IPC.

Include container(s) for controlled movement of secured items, including safes.

Describe packing materials, manner, and protection of items being moved.

Describe method of handling and packing for fragile, electronic and bulky items.

Specify number of trucks, number and types of personnel to be utilized (the final updated move plan will include specific names of personnel and vehicles)

Emphasize safety requirements so that accidents or injuries do not occur

Describe the Personal Protective Equipment provided to your staff

Emphasize security requirements so that accidental security violations do not occur

The plan will be developed and delivered to the COR within 10 days of contract award. After review by the government, the move plan will be updated and delivered to the COR 15 days before the move. All written deliverables shall be submitted in 3 copies to the COR.

1.5. B. Deliverables. Within 14 working days of notice of move date, the Contractor shall deliver wrapping paper, boxes, bins tape and labels for self-pack of files and desk items. Quantities will be determined by the COR.