Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2015 FBO #4858
SOLICITATION NOTICE

99 -- COMBINED SYNOPSIS SOLICITATION

Notice Date
3/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91B940010634415
 
Response Due
3/20/2015
 
Archive Date
5/11/2015
 
Point of Contact
Sara J. Nowell, 443-861-4751
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(sara.j.nowell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation Number: W91B940010634415 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-80. The solicitation number for this requirement is W91B940010634415. This requirement has been deemed 100% small business set aside under the associated North American Industry Classification System (NAICS) Code 238330 Flooring Contractors, which has a business size standard of $15,000,000. The Government contemplates the award of a single Firm-Fixed-Price (FFP) purchase order. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA), for the following: CLIN 0001: Purchasing of ESD Flooring and Installation for Six (6) rooms in Building E4301, located in the Edgewood Area of Aberdeen Proving Ground, MD 21010-5424, (See Statement of Work for details) Scope of work for flooring in ED&I Branch rooms 22,27,38,39,40, and 42 Building E4301 Strip all floor tiles, spot blast with self-contained unit and grind all edges and corners to bare concrete to prepare floor in rooms 22,27,38,39,40, and 42. Perform a moisture I PH test Perform test application of epoxy and carpet adhesive to determine adhesion to concrete and for moisture problems that may need further application of primer-sealer to remediate any future problems per manufacture spec. Patch with proper materials all cracks, chips, voids and imperfect ions in concrete especially in rooms to receive epoxy coating. It is important to do this for conductivity, to prevent hazardous situations, and give a very professional atmosphere to rooms for quality control and cleanliness. Clean and prepare all concrete prior to ESD epoxy. Apply pr imer/sea ler to all concrete as needed to assure durability and long lasting surface. Install copper bonding strips as per manufactures spec to ensure proper conductivity throughout. Apply ESD epoxy coating and finish sealer per manufacture spec. Rooms to apply ESD epoxy coat ing are: 22, 27, 38, 39, 40 and 42 with the following dimensions: RoomDimensions 2228' 10 quote mark X 8' 2728' 10 quote mark X 29' 2 quote mark 3828' 10 quote mark X 29' 2 quote mark 3928' 10 quote mark X 8' 4028' 10 quote mark X 29' 2 quote mark 4241' 10 quote mark X 49' Purchase and Conduct test with manufacture obtainable test equipment {Desco Industries Surface Resistance Test Metering Kit) to test all flooring to assure conductivity throughout all areas as per manufacturing spec. Equipment will also stay with customer for future test ing of flooring. Black cove molding be installed to all walls in all rooms that epoxy is applied. All materials used will be Statguard and from Desco Industries or equivalent suppliers. The part number for ESD primer is Baril High Build Primer The part number for ESD epoxy is10400 The part number for Floor label is10500 The part number for ESD Finish sealer is 10512 The Part number for Surface Resistance Meter Kit is 19787 After sign off of completion of work by Government official (Bob Pazda, Christopher Gilley) all work must be backed by not only manufacture of materials warranty but a lso a workmanship/labor warranty backing work done for a reasonable time frame {Industry standard Warranty). Room Layout is shown on next page. Room Layout SUBMISSION PROCEDURES: All questions regarding this solicitation shall be submitted to the Contract Specialist via email no later than 5:00 p.m. Eastern Time, 12 March 2015, to sara.j.nowell.civ@mail.mil. Responses to this solicitation shall be signed, dated, and received no later than 2:00 p.m. Eastern Time, 20 March 2015 by email to sara.j.nowell.civ@mail.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online for free at the website link provided. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that shall be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. 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 (Deviation 2013-O0019) FAR 52.216-19, Order Limitations FAR 52.216-22, Indefinite Quantity FAR 52.217-5, Evaluation of Options FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.243-1, Changes- Fixed Price FAR 52.247-34, FOB- Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-212-7003, Item Identification and Valuation DFARS 252.216-7006, Ordering DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests shall be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. For questions concerning this solicitation, contact Sara J. Nowell, Purchasing Agent, via email at sara.j.nowell.civ@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED. All delivery acceptances shall be at destination. Each delivery order will specify exact delivery location; however, most deliveries will be to the Edgewood Area of Aberdeen Proving Ground, MD. The provision at FAR 52.212-2- Evaluation- Commercial Items applies to this acquisition. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. This contract will be awarded to the Lowest Priced, Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses shall provide: a.Detailed information and design drawings showing that the Contractor is able to meet each requirement described in the attached Design Specifications document; b.Unit prices for each of the unit types for the Base Ordering Period, and each of the two Option Ordering Periods; c.Examples of successful performance of the same or similar work previously; and d.Point of contact name and contact information, CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: All questions regarding this solicitation shall be submitted to the Purchasing Agent via email no later than 5:00 p.m. Eastern Time, 12 March 2015, to sara.j.nowell.civ@mail.mil. Responses to this solicitation shall be signed, dated, and received no later than 2:00 p.m. Eastern Time, 20 March 2015 by email to sara.j.nowell.civ@mail.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online for free at the website link provided. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that shall be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. 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 (Deviation 2013-O0019) FAR 52.216-19, Order Limitations FAR 52.216-22, Indefinite Quantity FAR 52.217-5, Evaluation of Options FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.243-1, Changes- Fixed Price FAR 52.247-34, FOB- Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-212-7003, Item Identification and Valuation DFARS 252.216-7006, Ordering D DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests shall be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. For questions concerning this solicitation, contact Sara J. Nowell, via email at sara.j.nowell.civ@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f89c2c2f50ce2cbaf538ce504938d8ad)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV RDECOM, BLDG E4301 Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN03666500-W 20150314/150312235603-f89c2c2f50ce2cbaf538ce504938d8ad (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.