SOLICITATION NOTICE
Z -- Painting and Resurfacing Basketball Courts
- Notice Date
- 9/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
- ZIP Code
- 27531
- Solicitation Number
- FA4809-06-Q6013
- Response Due
- 9/25/2006
- Archive Date
- 10/10/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for services prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-12. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is a 100% Small Business Set-Aside. This is a firm-fixed price procurement procured using commercial procedures. Please see attached Statement of Work. Solicitation Number is FA4809-06-Q-6013. The NAICS code 238320 applies to this solicitation. The size standard is $13,000,000. The item description is as follows: Repaint, Clean, and Resurface Basketball Court. CLIN 0001: Sand, repaint and resurface one 7000 sq foot basketball court per Statement of Work, Qty: 1, Unit of Issue: EA, Unit Price $_______. CLIN 0002: Screen/Deep Clean and Resurface one 7000 sq foot basketball court, Qty: 1, Unit of Issue: EA, Unit Price $_______. SEE THE FOLLOWING STATEMENT OF WORK: 1. SCOPE: The work to be done under the provision of this contract consist of furnishing all materials, labor, tools equipment and supplies necessary to sand, paint new standard basketball/volleyball sports lines and apply polyurethane protective coating to one 7,000 sq ft basketball court and screen / deep clean and apply polyurethane protective coating to a second 7,000 sq ft basketball court. Painting will match current color scheme. The contractor is responsible for; a. Upon notification to proceed, coordination of dates to work can be accomplished and hours of the day workers are allowed to work each day with the Fitness Center Director or other authorized Government personnel. b. Completing the job in accordance with all federal, state and local codes. 2. MATERIALS: The contractor will provide all materials to complete this job. 3. LOCATION: This work will be accomplished in the Base Fitness Center at Seymour Johnson AFB, Goldsboro NC. 4. WORKMANSHIP: All workmanship will comply with the standard trade practices. The contractor will provide all qualified personnel, equipment, and services required to sand, paint, and resurface two basketball courts. The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich) 5. CLEANUP: The contractor is responsible to return the work site to the condition which they found it. 6. WARRANTY: The contractor will guarantee all workmanship for a period from one year of completion of work. The following clauses and provisions apply to this acquisition FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) Delivery Date, 7) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - 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 will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, delivery and warranty information, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation, FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Small Business Program Representations, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-1 Notice to the Government of Labor Disputes, FAR 52.222-6 Davis Bacon Act, General Decision Number: NC20030053, FAR 52.222-8 Payrolls and Basic Records, FAR 52.222-9 Apprentices and Trainees, FAR 52.222-10 Compliance with Copeland Act Requirements, FAR 52.222-11 Subcontracts (Labor Standards), FAR 52.222-12 Contract Termination-Debarment, FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations, FAR 52.222-14 Disputes Concerning Labor Standards, FAR 52.222-15 Certification of Eligibility, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report, AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005). Primary Point of Contact is 2Lt. Michael Quinn, (919) 722-5408 or michael.quinn@seymourjohnson.af.mil and Alternate is SSgt. Michael Demers, (919) 722-5410 or michael.demers@seymourjohnson.af.mil. Mailing address for quotes is 4TH Contracting Squadron LGCBB, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531-2459. All quotes shall be received NLT September 25, 2006 at 12:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on Federal Business Opportunities (FBO) website only.
- Place of Performance
- Address: 4th Contracting Squadron/LGCBB, 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC
- Zip Code: 27531
- Country: UNITED STATES
- Zip Code: 27531
- Record
- SN01150708-W 20060923/060921220804 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |