Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

54 -- Exterior Membrane Replacement on Rubb Building Systems - Scope of Work

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-12-R-0049
 
Archive Date
10/5/2012
 
Point of Contact
Kathryn Rice, Phone: 843-329-8016, Laurie Infinger, Phone: 8433298081
 
E-Mail Address
Kathryn.A.Rice@usace.army.mil, laurie.s.infinger@usace.army.mil
(Kathryn.A.Rice@usace.army.mil, laurie.s.infinger@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 Solicitation Scope of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U. S. Army Corps of Engineers is soliciting Proposals for exterior membrane replacement for metal frame buildings, and installation of rollup door and ramp to existing Rubb Building Systems. The solicitation number W912HP-12-R-0049 is issued as a Request for Proposals (RFP). The solicitation will be issued in accordance with FAR Part 12, and evaluated in accordance with FAR Part 13. The U.S. Army Corps of Engineers anticipates a firm fixed-price contract. The quote shall include all labor, equipment, tools, materials, supervision, and other items necessary for the replacement of exterior membrane for metal frame buildings, and installation of rollup door and ramp as prescribed in the attached Scope of Work. Delivery is required by 15 October 2012, to the U.S. Corps of Engineers, Space and Naval Warfare Systems Center Atlantic (SPAWAR) Project site located at SPAWAR, Joint Base Charleston, South Carolina. The period of performance for this contract is 120 days from date of Notice to Proceed. There will be a site visit on 18 September 2012 at 10:00 am EST. The site visit will take place at SPAWAR, Joint Base Charleston, Goose Creek, South Carolina. Attendance is strongly recommended as pertinent information is exchanged during the site visit and minutes will not be posted. Interested offerors shall notify of intent to attend the site visit no later than 14 September 2012 at 3:00 pm EST. Please e-mail Kathryn.A.Rice@usace.army.mil and Brian.A.Edwards@usace.army.mil to RSVP for the site visit. Offerors should refer to Section 12 of the Scope of Work for information regarding access requirements and badge process requirements for necessary for submission with intent to attend site visit. Notification of intent to attend is required as pertinent last minute information may need to be relayed to you. Please include your name, company you represent, phone number, and email address. The full solicitation with clauses and specific delivery information will be posted with this announcement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60 effective 27 Aug 2012. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with their proposal. The solicitation is set-aside 100% for small business concerns and the size standard is 500 employees. The associated NAICS Code is 332311. This solicitation is issued as a request for proposal. Offerors must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Responses can be sent to either electronically or via postal service to : Kathryn.A.Rice@usace.army.mil, U.S. Army Corps of Engineers, Charleston District, ATTN: Kathryn A. Rice, Contracting Division, 69 A Hagood Ave, Charleston, SC 29403-5107. The full solicitation will be posted with this announcement. Instructions in the Instructions to Offerors section of the solicitation must be followed. Questions must be submitted by e-mail to Kathryn A. Rice@usace.army.mil. ALL PROPOSALS MUST BE RECEIVED BY THE TIME AND DATE STATED BELOW. FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Conditions - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.203-6 Alt I, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-13, and 52.232-33 DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: DFARS: 252.225-7001, 252.247-7023 Alt III Quotes must be received by September 20, 2012 at 2:00 p.m. Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d620bf1844bf9f10f548f472910e5c4)
 
Place of Performance
Address: Space and Naval Warfare System Center (SPAWAR) Atlantic located on Joint Base Charleston (JBC), Hanahan, South Carolina, 29410, United States
Zip Code: 29410
 
Record
SN02876651-W 20120913/120912000245-7d620bf1844bf9f10f548f472910e5c4 (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.