SOLICITATION NOTICE
Y -- REMOVE AND REPLACE FLOOR TILE - SAN DIEGO CA PREVAILING LABOR RATES CA100001 04/16/2010
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Guadalcanal Road, Bldg 165, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-10-T-0002
- Archive Date
- 7/24/2010
- Point of Contact
- Wayne S Johnson, Phone: 6194372715, Yvonne, Phone: 6194370895
- E-Mail Address
-
wayne.s.johnson.ctr@navsoc.socom.mil, yvonne.federico@navsoc.socom.mil
(wayne.s.johnson.ctr@navsoc.socom.mil, yvonne.federico@navsoc.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DOL GENERAL DECISION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0002. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 effective 13 May 2010. North American Industrial Classification Code (NAICS) 238330 with a standard business size of $14.0 million applies to this procurement. This procurement is 100% Small Business Set-Aside. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Offerors should pay close attention to the evaluation criteria in FAR Clause 52.212-2 Evaluation—Commercial Items contained in the CLAUSE section of this solicitation. Questions shall be sent to the following point of contact: Wayne Johnson, Contract Specialist 3632 Guadacanal Road, Bldg. 165 San Diego, CA 92155 Phone: 619-437-2715 Fax: 757-437-2715 Email address: wayne.s.johnson.ctr@navsoc.socom.mil Cutoff date and time to submit questions is Wednesday July 7th,2010 at 8:00 AM PACIFIC TIME. A SITE VISIT IS REQUIRED PRIOR TO QUOTE SUBMISSION Site Visit date and time is Friday, June 25, 2010 at 10:00 AM PACIFIC TIME. To make arrangements, provide via e-mail, the following information: 1.Company's name 2.Names of persons attending. E-mail site visit request to wayne.s.johnson.ctr@navsoc.socom.mil. Cutoff date to request a site visit is Wednesday June 23, 2010 at 10:00 AM PACIFIC TIME. All questions resulting from the site visit will be submitted in writing via e-mail to wayne.s.johnson.ctr@navsoc.socom.mil. CONTRACT LINE ITEM NUMBER (CLIN) 0001 - Provide all labor and material to remove the existing floor covering, prep floor surface and install new tile in accordance with the Statement of Work. STATEMENT OF WORK 1.0 OBJECTIVE Naval Special Warfare Group One (NSWG-1) requires contractor assistance to remove existing flooring and replace with new in the following buildings 634,631,616 and 614. The condition of the existing is becoming a safety factor due to the unstable covering. 2.0 SCOPE Contractor’s major duties are to remove the existing floor covering and prep surface and install new tile. •Remove existing flooring material and vinyl base for the following locations B-614 2nd floor-VTC (approximately 1500 s.f.) •Remove existing flooring material and vinyl base for the following locations B-616 2nd floor-ceramic tile (approximately 1500 s.f.) •Remove existing flooring material and vinyl base for the following locations B-631 3rd floor-VTC (approximately 3000 s.f.) •Remove existing flooring material and vinyl base for the following locations B-614 2nd floor-painted floor (approximately 3000 s.f.) •Prep all floors, isolate major cracks, grind high spots and skim float low spots maximum variation in slab not to exceed ¼ inch in 10 feet. •Install approximately 9000 s.f. porcelain tile using the following products Casalgrande Pedana, Granitogres, Granito 2 (venezia, blue color) listed as Shaw 400 Adrano and (Siena, beige color) listed as Shaw 801 Catia. •Follow floor plan provided by each building. •Install all tile on thin set over concrete. •Install aluminum Schluter Systems Edge Protection and Transitions 1.1 Schluter Schiene for (where tile meets current and future carpet)1.8 Schluter Reno Ramp ( where tile meets concrete. •Grout floor tile with standard grout. •Install new 4 inch vinyl cove base ( color Navy Blue) •Provide a minimum of 10 spare tile per each 1,000 s.f. 3.0 REQUIREMENTS 3.1 Remove exiting floor cover, prep floor and install new tile approximately 9000 s.f. the contractor will be responsible for disposal of all debris. 3.2 CONTRACTOR SUPPORT: 3.3The contractor shall provide a list of employees 10 days prior to the start of work. 4.0 TRAVEL-none 5.0 PLACE OF PERFORMANCE NAB Coronado buildings 614,616,631 and 634. 6.0 GOVERNMENT SUPPLIED MATERIALS The Government will not provide any materials. Government will provide the design patteren. 7.0 PERIOD OF PERFORMANCE The contractor shall provide all labor to accomplish the tasks described above from date of award to 30 September 2010. 8.0 SECURITY Performance of this SOW will require contractors to be escorted. End of Statement of Work CLAUSES 52.212-2 Evaluation—Commercial Items. EVALUATION—COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Capability to Perform / Tecnically Accepted (ii) Past Performance (iii) Price Capability to Perform and Past Performance, when combined, are significantly more important when combined when compared to Price. To be technically acceptable, the submitting offeror must submit relevant and current past performance. The Government will evaluate each offeror’s experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options.(Not applicable to this solicitation) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) – Alternate I (OCT 1995) FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) FAR 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (AUG 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2009) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52-219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-6 Davis-Bacon Act (JUL 2005) FAR 52.222-7 Withhoding fo Funds (FEB 1988) FAR 52.222-8 Payrolls and Basic Records (FEB 1988) FAR 52.222-9 Apprentices and Trainees (JUL 2005) FAR 52.222-10 Compliance with Copeland Act Requirements (FEB 1988) FAR 52.222-11 Subcontracts (Labor Standards) (JUL 2005) FAR 52.222-12 Contract Termination-Debarment (FEB 1988) FAR 52.222-13 Compliance with Davis-Bacon and Related Act Regulations (FEB 1988) FAR 52.222-14 Disputes Concerning Labor Standards (FEB 1988) FAR 52.222-15 Certificate of Eligibility (FEB 1988) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.225-5 Buy American Act-Construction Materials (JUN 97) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-23 Assignment of Claims (JAN 1986) FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7022 Representation of Extend of Transportation by Sea (AUG 1992) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS— COMMERCIAL ITEMS (JUN 2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (NOV 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) USSOCOM FAR SUPPLEMENT 5652.209-9002 Use of Contractor Support/Advisory Personnel for Review of Proposals (2005) The offeror’s attention is directed to the fact that contractor consultant/advisors to the Government will review and provide support during proposal evaluations. When appropriate, non-government advisors may have access to offeror’s proposals and may be utilized to objectively review a proposal in a particular functional area and provide comments and recommendations to the Government’s decision makers. They may not establish final assessments of risk, rate or rank offerors’ proposals. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding source selection and proprietary data. Submission of proposal in response to the solicitation constitutes approval to release the proposal to Government Support Contractors. USSOCOM FAR SUPPLEMENT 5652.209-9003 Use of Contractor Support/Advisory Personnel as Contract Specialists (2006) The contractor’s attention is directed to the fact that contractor personnel may assist the Government in a contract administrator role for administration of this contract. Execution of this contract constitutes approval to release the contract and contractor’s proposal to Government Support Contractors who have signed Non-Disclosure and Rules of Conduct/Conflict of Interest Statements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/33696535d1c8d59c515e303e8f56aada)
- Place of Performance
- Address: Naval Amphibious Base Coronado, San Diego, California, 92155, United States
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN02178941-W 20100618/100616234741-33696535d1c8d59c515e303e8f56aada (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 |