Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
SOLICITATION NOTICE

Z -- Remove Replace Vinyl Floors - Package #1 - Package #2 - Package #3 - Package #4 - Package #5 - Package #6

Notice Date
7/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-12-T-0062
 
Archive Date
8/3/2012
 
Point of Contact
Beau J. Burton, Phone: 3156341853, A1C Brian A. Austin, Phone: 3156344741
 
E-Mail Address
beau.burton@kadena.af.mil, brian.austin.8@us.af.mil
(beau.burton@kadena.af.mil, brian.austin.8@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
As builts Mechanical Area map Floor Plan Submission of Experience As Builts As Builts electrical STATEMENT OF WORK 28 Jun 2012 SCOPE OF WORK FOR REMOVE AND REPLACE VINYL FLOORING, B3520 I. GENERAL SCOPE: Contractor shall furnish all labor, equipment, materials, and supervision to remove and replace vinyl flooring at B3520, room 108, 115, and 121. Contractor is responsible for cleanup of all areas after work has been accomplished. II. DESIGN/PROJECT REQUIREMENTS: Design must conform to UFC Standards and all other applicable publications. Actual field investigation and survey must be conducted to ascertain existing conditions and work scope. (1) Architectural: a. Remove and dispose existing linoleum floor. b. In the area of rolling shelving, cut and remove around tracks without removing track system. c. Floor shall be level utilizing a self-leveling compound only. d. Provide new epoxy coated floor that is durable to heavy foot traffic and office furniture. e. Remove and re-install all cove base with new vinyl type. f. Any door openings shall have the proper threshold transitions. III. DOCUMENTS REQUIRED: All documents required under this Contract, including but not limited to, safety hazard analysis plans, all correspondence of any nature whatsoever and all other written communications, documents, drawings, reports, and etc. of every description shall all be written in English or translated in English before being provided to the Government by the Contractor. Delays encountered due to a translated copy were not submitted shall be at the Contractor's expense. a. AF Form 66, Material Submittal Log. b. Acetate cellulose long-life reproducible originals of all as-built drawings with CAD data are required before final payment, as required by FAR 52.236-21 Specifications and Drawings for construction (Apr 1984). Contractor shall also provide windows compatible copies on CD of all drawings in Auto CAD latest version format. Other software programs or system formats will only be acceptable if approved by the Government. IV. Project Schedule and time Constructions: a. Completion of Work: The contractor shall be required to complete the entire work, ready for use, not later than 75 calendar days after the date of award. The time for completion shall include final clean-up of the premises. b. Construction Schedule: The Contractor can begin on site work with approval from the Government upon satisfactory response actions at the 90% design. The Contractor shall be allowed to work 0800 to 1700 hours, Monday through Friday. c. Performance Time: The Contractor shall coordinate with using agency & 718 CES/CEPMA and submit a work procedure schedule 5 days prior start of work. The Contractor shall begin performance within five(5) calendar days after receiving Noticed to Proceed (NTP) and shall complete the entire contract within 75 calendar days from NTP is issued. 1) Material/shop drawing submittal: 10 calendar days 2) Material submittal review: 10 calendar days 3) Procurement of material: 10 calendar days 4) Construction time: 45 calendar days Performance Time = 75 Calendar Days V. SITE VISIT: The Contractor shall visit the site before attempting to design. The contractor shall verify the accuracy of the existing as-built drawings (if any) and note any discrepancies. The contractor will determine how the project can best be accomplished in the most efficient manner. VI. A joint job site inspection shall be conducted by the project engineer, user, contractor, and 18 CONS/LGCC representatives. CONST-L-7300 PROPOSAL PREPARATION INSTRUCTIONS (JUN 2006) A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of two (2) separately bound parts, Part I - Technical Factor, Part II - Past Performance Information, Part III - Price Quotation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - TECHNICAL FACTOR - Submit original plus one (1) copy. Recent/Relevant performance experience. Complete and submit attachment 3, Submission of Recent/Relevant Experience. Describe in detail no more than 5 recent/relevant projects that the offeror's proposed project team has completed (or that are nearing completion) that are similar or greater in type, scope, size and complexity to this acquisition. Provide sufficient factual information to demonstrate the capability of the project team proposed for this project to successfully complete the current acquisition. Specifically address the role, degree of involvement and responsibility, and range of duties performed by the proposed key personnel for this acquisition in the projects selected to demonstrate the proposed team's experience. 2. PART II - PAST PERFORMANCE INFORMATION: Limited to no more than 2 pages per contract listed. Only references for same or similar type contract. Submit original plus one (1) copy. Quality and Satisfaction Rating for Contracts completed in the past three (3) years. Provide a list of no more than five (5) of the most relevant contracts performed within the last three years. Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for relevant past efforts/contracts similar in scope and magnitude of effort and complexities this solicitation requires. Any contract information in excess of two (2) pages per contract listed shall be removed and shall not be considered for evaluation purposes. 3. PART III - PRICE QUOTATION - Submit original plus one (1) copy Insert proposed unit price in Section B for Contract Line Item Number (CLIN). Indirect costs such as overhead, profit, etc, must be included on the pricing schedule. Note: Check your pricing submission very carefully for mathematical and clerical errors prior to submission. D. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this Section L will not be read or evaluated, and will be removed from the Quotation. 2. Format for proposal Part I and Part II shall be as follow: (a) A page is defined as one face of an 8 ½" x 11" sheet of paper containing information. (b) Typing shall not be less than 12 pitch. E. Proposal Submission: 1. Submit your proposal to arrive NOT LATER THAN 19 July 2012, 3:00 P.M., LOCAL TIME. 2. All quotation delivered in response to this solicitation shall reflect the following information on the address label: a. Solicitation Number FA5270-12-T-0062 b. The legend, "To be delivered unopened to the Contracting Officer", and c. The volume and copy numbers contained in each box/envelope. 3. Submit your proposal to the following address: A1C Beau Burton 18 Contracting Squadron / LGCC Unit 5199, Bldg 95 APO, AP 96368 (Okinawa, Japan) (End of Provision) CONST-M-7400 BASIS FOR CONTRACT AWARD (JUN 2006): This is a competitive best value source selection in which technical factor will be evaluated on a pass/fail basis. All technically acceptable quotations shall be treated equally except for their prices. Failure to meet a requirement may result in a quotation being determined technically unacceptable. A quotation must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Technical Acceptability - The technical factor shall evaluate on a pass/fail basis. The proposals shall be evaluated against the following factor: Recent/Relevant Experience. The government will evaluate the extent to which an offeror's specific experience is directly related to the work required by the Request for Quotation. Moreover, consideration will be given to whether the experience is considered recent (either on-going or completed within the last three years), relevant (i.e., whether it is considered similar in type, size, scope, and complexity). The Government will evaluate the offerors' based on information contained in attachment 3, Submission of Recent/Relevant Experience document. Note to Offerors: A technical proposal which fails to provide proof of having recent and relevant experience shall be rated as Unacceptable. A technical proposal rated Unacceptable will not be considered for award. There will be no point scores assigned, only Acceptable or Unacceptable. In addition, the Government shall use the following technical acceptable/unacceptable ratings definitions when assigning technical ratings of Acceptable or Unacceptable (DoD Source Selection Procedures, Table A-1). Table 1, Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. B. Past Performance Acceptability. Next, the Government shall seek recent and relevant performance information on all technically acceptable offerors based on the past efforts provided by the offerors and data independently obtained from other government or commercial sources. The Government shall evaluate the past performance information on a pass/fail basis and assign an overall performance rating of Acceptable or Unacceptable. The purpose of the past performance evaluation is to allow the Government to assess the offeror's probability of meeting the solicitation requirements based on the offeror's demonstrated present and past performance. Relevant performance includes performance of efforts involving Construct chain link fence that are similar or greater in scope, magnitude, and complexity than the effort described in the statement of work of this solicitation. Recent performance information includes relevant contracts performed for Department of Defense, Government of Japan, local US Government agencies, and commercial customers within the last three (3) years. Relevancy. The Government will use the following relevancy definitions when assessing recent, relevant contracts (Table 2): Table 2. Past Performance Relevancy Ratings Rating Definition Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. The assessment process will result in an overall performance rating of Acceptable or Unacceptable as defined in Table 3. Table 3, Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. C. Price Evaluation. Lastly, the Government shall rank all technically acceptable offerors by price. The price evaluation will document the reasonableness, realistic, and affordability of the proposed total evaluated price. D. After evaluation of both technical factor and price proposal specified in the solicitation, the Contracting Officer will select that responsible source whose offer is technically acceptable, considering only the criteria included in the solicitation, and which offers the lowest evaluation price. E. Offerors are cautioned to submit sufficient information and in the format specified in Section L. Offerors may be asked to clarify certain aspects of their quotation such as technical acceptability. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quotation revision. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-12-T-0062/listing.html)
 
Place of Performance
Address: Kadena AB Bldg. 3520, Okinawa, Japan, United States
 
Record
SN02794230-W 20120705/120704000526-f421db7f2097e07098dd7302db3ddd83 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.