SOLICITATION NOTICE
54 -- Mezzanine/Modular Office
- Notice Date
- 9/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018916T0630
- Response Due
- 9/19/2016
- Archive Date
- 10/4/2016
- Point of Contact
- Yvonne L Copeland 757-443-1365 Jill Joscelyn
- E-Mail Address
-
<!--
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is _N00189-16-T-0630_. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89-1_ and DFARS Publication Notice 20160830_. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is _332311_ and the Small Business Standard is _500_. This action is 100% small business set-aside. The NAVSUP Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing a Mezzanine/Office to accommodate management and support daily work. Each vendor must comply with all requirements. The office must meet the following requirement list below. Mezzanine must be all structural steel. Existing roll formed mezzanines in command generate too much movement thus reason for a firm structural steel spec. NO roll formed mezzanines allowed NO angle gusset bracing and or X bracing between columns. We must have full access under mezzanine Mezzanine and office must match existing structure Contractor shall provide P and E stamped drawings for the mezzanine structure at time of proposed bid. 1ea 12 ™ x 16 ™ freestanding structural steel mezzanine, 192 square feet Load capacity: 100 P.S.F. for office storage use Clear height: 9 ™ Deck height: 10 ™ Flooring 20 Gauge steel roof deck with smooth ľ ť tongue and groove Resin deck Flooring will be field cut around wall obstructions for tight fit 1ea 10 ™H x 4 ™ x 4 ™ freestanding stair landing with diamond plate steel deck and hand railing 1ea OSHA steel all welded stair case with hand railing, 3 ™W open steel grating treads Column span: 16 ™ x 12 ™ free spanning utilizing four columns Column size: 5 ť with 10 ť base plates Gray painted finish 1ea 12 ™ x 16 ™ Four wall non load bearing modular office/break room enclosure, no interior partitions 7ea Ľ ť Tempered safety glass windows, 4 ™W x 3 ™H fixed type 1ea 3 ™x 7 ™H Steel door with half glass window, lockset, door sweep, and door closure 192 Square feet of 2 ™ x 4 ™ acoustical ceiling grid and White tiles 192 Square feet of 20 gauge steel corrugated roof deck with fillers LOT UL approved modular wiring, NOT HARDWIRED!! 1ea 125 AMP 12 space electrical panel board with 4 circuits 5ea Modular wired 110 volt duplex outlets 1ea Modular wired 110 volt dedicated AC/Heat outlet 1ea Modular wired 110 volt single pole light switch 3ea T8 Fluorescent light fixtures, 2 ™ x 4 ™ no bulbs, bulbs by others 1ea 8,000 BTU A/C 3,500 BTU Heat unit, through wall type, 110 volt 3ea Phone/CAT 5E computer jack boxes in wall type NO WIRING Sprinklers inside office and underneath the mezzanine with stub out only, NO tie into existing system Delivery is _30 day after award; Delivery Location is __Mid-Atlantic Regional Maintenance Center, 9170 Second St. Bldg CEP-200, Norfolk, VA 23511_. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance (July 2013) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ”Representation (Dec 2014) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Rerepresentation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (April 2015) 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer “ SAM (July 2013) 52.222-22 Previous Contracts and Sompliance Reports (Feb 1999) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs (Dec 2012) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34 FOB Destination 52.252-2 Clauses Incorporated by Reference 52.239-1 Privacy or Security Safeguards Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “ Representation (Dev 2016-O0003) Oct 2015 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification and Valuation (March 2016) 252.211-7008 Use of Government-Assigned Serial Numbers (Mar 2016) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation of Supplies by Sea (April 2014) SITE VISIT INFORMATION Site Visit: In order to be considered for award, vendors will be required to attend a site visit. Vendors are responsible for all measurements and determining the final quantity of items required. Date:Thursday, 15 Sep 2016 Time:1200 noon Location:Mid-Atlantic Regional Maintenance Center 9170 Second Street Bldg CEP-200 Norfolk, VA 23511 A site visit will be held prior to receipt of offers, so that all perspective contractors may view and inspect the area in Building CEP-200. In order to attend the site visit, contractors shall assemble at the above location (Building CEP-200) not later than 1150 a.m. on Thursday, 15 Sep 2016. Designated parking areas are located in non-marked spaces or in designated visitor parking areas as prescribed by the base. Parking cannot be in any vacant space designated for specific Naval base personnel. For those who do not have official government badges forward your name, last, first then middle initial to: Mr. Gerald Hollowell Jr, at gerald.hollowell@navy.mil. His phone number is 757-636-1883. If your name does not get on the list no badge will be issued. If you require additional information regarding driving directions, please contact Mr. Gerald Hollowell Jr. An access request on company letterhead must be presented either by email or facsimile to Mr. Gerald Hollowell at (757) 636 1883 no later than Wednesday, 14 Sep 2016 at 1:00pm EST. It is highly recommended that you email Mr. Hollowell the letter if possible. If not possible fax it to him. If you fax the letter in please email Mr. Hollowell first to let him know that your fax is forthcoming. A copy of your request should also be forwarded to Yvonne L Copeland, Contract Specialist, at yvonne.copeland@navy.mil or faxed to (757) 443-1333. The request must include the following information: 1. Address correspondence to: śTo Whom It May Concern ť 2. Letter contents: śIt is requested that the following named person(s) be issued badge(s) to access Building CEP-200, which is located at the Norfolk Naval Base 23511. The purpose of this visit is to tour and inspect the office spaces areas and open areas in preparation for the procurement and installation of the Mezzanine/Modular Office. Letter contents should also include: (a) each company representative(s) full name(s), last, first and middle initial, (b) date(s) of birth, (c) place(s) of birth (city and state), (d) social security number(s), and (e) statement of United States citizenship and that supporting documentation is available if requested. When requesting access to drive on the base facilities all offerors shall be in possession of valid drivers license, registration, inspection and insurance. Due to base security requirements, failure to make reservations for base entry by Wednesday 14 Sep 2016 may prohibit a contractor from attending the site survey. Contractors are limited to two (2) representatives for the site survey. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED FOR ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED FROM THE MID-ATLANTIC REGIONAL MAINTENANCE CENTER, BUILDING CEP-200. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. This announcement will close at _1600 p.m. est_ on _19 Sept 2016__. Contact Yvonne L. Copeland who can be reached at 757-443-1365 or email Yvonne. Copeland@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Evaluation factors are: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This procurement will utilize Lowest Priced Technically Acceptable (LPTA) evaluation procedures. To be considered technically acceptable, offerors shall provide P and E stamped drawing that represents the requirement as outlined above and certify that they can meet delivery no later than 15 days from the requested delivery date. Those offerors considered technically acceptable will be reviewed for price reasonableness and award determination. Those offerors who do not meet technical acceptable will not be considered for award. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0630/listing.html)
- Record
- SN04266558-W 20160914/160912234727-fcd0a3a78ba22b6cf24320adb14f0e50 (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 |