Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

Y -- NCCC CENTRAL REGION PARKING LOT - DRAWINGS FINAL - STATEMENT OF WORK - EXPERIENCE QUESTIONAIRE - DAVIS BACON - RFP BODY

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ12R0001
 
Archive Date
9/8/2012
 
Point of Contact
TOMEKA HALL, Phone: 202-606-3244, Leroy Dawson,
 
E-Mail Address
thall.guest@cns.gov, ljdawson@cns.gov
(thall.guest@cns.gov, ljdawson@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
RFP BODY DAVIS BACON VINTON EXPERIENCE QUESTIONAIRE STATEMENT OF WORK DRAWINGS FINAL This is a combined synopsis/request issued under solicitation number CNSHQ12R0001 for proposals for Construction prepared in accordance with Federal Acquisition Regulation (FAR) PART 36 and with the format in Subpart 36.207, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. Solicitation CNSHQ12R0001 will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 2005-60 dated 7/26/2012. The North American Industrial Classification System (NAICS) code is 237310, Construction of Structures and Facilities. The Corporation for National and Community Service (CNCS) has a requirement for Construction Services at the AmeriCorps NCCC North Central Region 1004 G Avenue, Vinton IA. CNCS anticipates award of a Firm Fixed Price (FFP) purchase order as a result of this Request for Quote (RFQ). The Government reserves the right to make multiple awards. Instructions, Conditions, and Notices to Offerors. CONTENT AND FORMAT OF SUBMISSION: Quotation submittal and all other required documents must be submitted in accordance with this RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and it shall not receive consideration for award. Please provide a complete price quote and attach a copy of your CAGE Code, DUNS Number, Tax Identification Number, discount terms, and expiration date to your quote. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: SEE ATTACHED REFERENCE DOCUMENTS: - Statement of Work - Drawings Final - Davis Bacon IOWA - Experience Questionnaire - RFP Body Additional Information: **Contractor shall submit invoices on a monthly basis. Payment will be made monthly in arrears. Evaluation Criteria The Government intends to award a Purchase Order to the responsible offeror whose quote is the Lowest Price Technically Acceptable quote/offeror after an evaluation is conducted in accordance with the technical factors in this solicitation. The technical evaluation criteria set forth below have been developed by the program office and have been tailored to their requirements in this particular solicitation. The quoter is informed that these criteria, (1) serve as the standard against which all quotes will be evaluated and (2) serve to identify the significant matters which the Offeror should specifically address in complying with the requirements of this solicitation. In order to be considered for award, the quote must be determined to be technically acceptable. The technical evaluation factors for this procurement are Lowest Price Technically Acceptable (LPTA). Criteria under the LPTA process are judged on a pass-fail basis only. No other rating or qualitative value will be assigned. To be determined technically acceptable, all factors must be acceptable to obtain a pass rating for the technical quote. Any technical quote that does not receive acceptable assessment for all factors will receive a fail rating for the technical quote. Award will be made to the lowest-priced, technically acceptable, responsible offeror, with satisfactory past performance. The contractor will provide a technical overview of their abilities to perform the services herein. The technical proposal must address the technical factors described herein. The vendors must submit a technical quote that demonstrates technical capability and is descriptive enough to validate current technical qualifications and certifications for the following Technical Factors: A new parking lot is to be designed and built on the now vacant area where vegetation, some existing trees, shrubs and stumps within construction area. Expansion at the NCCC north Central Region Campus, 1004 G Avenue, Vinton, IA in accordance with the drawings and specifications. The work includes, but is not limited to, excavation, gravel work accommodating 150 parking spaces. Estimated issue date is ---------. The rough order of magnitude for this project is between $100,000 and $250,000. The firm must be a General Construction firm approved under NAICS:27310, size standard:$33.5 million. Prospective contractors must be registered and current in the following websites: http://www.ccr.gov and https://orca.bpn.gov to be eligible for award. There will be one pre-bid site visit which will be held August 08/13/2012, 2012 @1:00pm local time at the NCCC North Central Region Campus, 1004 G Avenue, Vinton, IA. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer (email address:ljdawson@cns.gov). No telephone inquiries will be answered. Prospective contractors are responsible for downloading plans, specifications, and any issued amendments from www.fbo.gov. Award will be firm fixed price. Plans for this procurement will be made available upon request after the solicitation has been posted to the web by contacting the point of contact as listed in the solicitation. This solicitation will be issued electronically in accordance with FAR 4.502 and 5.102, therefore, hardcopies will not be provided. Contractor shall furnish all supervision,tools,labor,material,equipment and transportation necessary to design/ build NCCC (North Central Region Parking Lot Expansion). Estimated magnitude of Construction: Between $100,000 and $250,000. Price shall be evaluated only on quotes deemed technical acceptable. Your quote submittal must, at a minimum show: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the company's items being offered in sufficient detail to evaluate compliance with the evaluation factors in this solicitation; (5) Price and any discount terms as total lump sum; (6) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Copy of state business license, liability and workman's comp insurance certificates. QUESTIONS PERTAINING TO SOLICITATION (1) Questions shall be addressed to the Contract Specialist only, at the following email address: Tomeka Hall - Thall.guest@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Include in the subject line Janitor Services and "Solicitation # CNSHQ12R0001". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. (2) The question period will end Tuesday August 15, 2012 at 3:00PM Eastern Time. Questions submitted after this date and time will not be answered. OFFERS MUST BE SUBMITTED ELECTRONICALLY or Via U.S. Postal Service, Over Night Carrier (Address 1201 New York Ave, Rm 8410, Washington DC 20525 or Fax (202-606-3488). Place the Solicitation number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: THall.guest@cns.gov, Tomeka Hall Contract Specialist w/Cc: ljdawson@cns.gov - Leroy Dawson, Contracting Officer. **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. **The due date for the receipt of proposals is Friday August 24st 2012 at 2:00pm Eastern Time. ** SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Leroy Dawson Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR: The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far.FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. The FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration;52.252-2, Clauses Incorporated By Reference; and 52.222.41, Service Contract Act. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://www.acquisitions.gov/far. 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ12R0001/listing.html)
 
Place of Performance
Address: NCCC NORTH CENTRAL REGION CAMPUS, 1004 G AVE., VINTON, Iowa, 52349, United States
Zip Code: 52349
 
Record
SN02833759-W 20120811/120810001747-b36209a36314a28b5cff3a48264f78b6 (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.