SOLICITATION NOTICE
Z -- Fence and Sound Panel Installation - Statement of Work
- Notice Date
- 9/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Procurement Branch, Marquette Plaza, 250 Marquette Ave, Suite 410, Minneapolis, Minnesota, 55401-2329, United States
- ZIP Code
- 55401-2329
- Solicitation Number
- 12639518Q0276
- Archive Date
- 10/5/2018
- Point of Contact
- Kim Yen Nguyen Tu, Phone: 6123363602
- E-Mail Address
-
kimyen.n.tu@aphis.usda.gov
(kimyen.n.tu@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. 2. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. 3. This is a combined synopsis/solicitation for fencing and sound panel installation as defined herein. The government intends to award a firm-fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This procurement is set-aside for small business only. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $15.0^13. 4. Services Required USDA APHIS MRPBS Business site requires the installation of chain link fencing with a gate to create a secured area for storage of valuable items and Install sound panels to 13 walls within the building. 5. Service Statement of Work Chain Link Fence Secured Storage Area: The USDA/APHIS Business site requires the installation of chain link fencing with a gate to create a secured area for storage of valuable items. The area is located on the P1 level in the Marquette Plaza building. • The USDA\APHIS-MPLS business site requires a secured storage area in the basement storage room for valuable items. The area will be in the back left corner of the existing storage/file room. The storage area has a concrete floor. Reference the sketch in attachment (SOW). • Two walls (back and right side) are existing concrete and the other two walls (front and left side) shall be 9' tall chain link fence. • The area shall be approximately 10' wide and 7'6" deep. The 10' wide side shall have a 3' wide lockable, chain link gate in the center of the wall. The gate height shall be no less than 6'8". • The support posts should be bolted/anchored to the concrete floor. Sound Reduction Panels: The USDA APHIS has installed sound panels in an office to test the efficiency for reducing noise between rooms. The test was successful. The USDA APHIS business site requires 13 walls to have fabric covered sound panels added to them. • The USDA\APHIS-MPLS business site requires fabric covered sound absorption panels to be mounted on 13 walls which are designated on the floor plan (see attachment SOW). • The sound absorption panels should be covered with fabric similar in color to the existing Guilford of Maine Grey Mix (FR701 2100 - 238) with an Equivalent Noise Reduction Coefficient of 1.00. The panels will cover approximately 9' x 12' on each wall specified and be approx. 1" thick. The panels shall provide openings for anything mounted on the wall such as receptacles, switches, or thermostats. • Two walls requiring installation have a column which will require special cuts and corners. All panels require field measurements to effectively cover the wall, leaving space between the panels and the vinyl wall base; space between the panels and the ceiling tiles; and space on both sides to accommodate irregularities with adjacent walls. • The panels shall be hung with mounting clips (not glued to the walls). • Coordination of moving existing furniture will be performed by the on-site Contractor Officer's Representative (COR). **The contractor shall furnish both fencing and sound panels and any other materials needed for installation. Inspections and Acceptance: A designated COTR shall make a full inspection to see that the contract is completed per the statement of work. Items of inspection will include adherence of the fabric to the panel; panels are square and plumb; wall items are not blocked; and joints/corners do not have gaps. Conditions and Requirements: Parking is available in nearby parking ramps/lots. Associated fees are the responsibility of the contractor. Temporary parking is available in a limited capacity at the building loading dock for the purpose of moving materials and tools to and from the work site. Access to the freight elevator will be provided. Period of Performance: The work is to be completed during USDA normal business hours of 8:00 - 4:00. Completion of this project shall be 15 working days from the date of the negotiated installation start date, allowing for manufacture and delivery of panels before installation. If any delays are expected, the Government contracting representative shall be notified as soon as possible to review the justification and coordinate the modification of the end date. 6. Price Schedule LINE ITEM PRICE Line Item 1: Chain Link Fence Secured Storage Area ________________ Line Item 2: Sound Reduction Panels ________________ TOTAL ________________ 7. Installation Location U.S. Dept. of Agriculture Animal & Plant Health Inspection Services Marquette Plaza 250 Marquette Ave. Ste. 410 Minneapolis, MN 55401-2183 8. Award shall be made to the responsible quoter conforming to the solicitation and who will be most advantageous to the Government. The government will evaluate information based on the following evaluation criteria: (1) Technical Capability (3) Price (2) Past Performance 9. The following solicitation provisions apply to this acquisition: 52.204-16, "Commercial and Government Entity Code Reporting" Jul 2016 52.212-1, "Instructions to Offerors -- Commercial Items" (Jan 2017) 52.212-3, "Offeror Representations and Certifications -- Commercial Items" (Jan 2017) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. 10. The following contract clauses apply to this acquisition: 52.204-18, "Commercial and Government Entity Code Maintenance" Jul 2016 52.212‐4, "Contract Terms and Conditions-Commercial Items" Jan 2017 52.232-40, "Providing Accelerated Payments to Small Business Subcontractors" Dec 2013 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" Jan 2017 The following subparagraphs of FAR 52.212‐5 are applicable: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2018) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495 (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67 Applicable Wage Determination No.: 2015-4945 Revision No.: 8 Date: 07/03/2018 (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 11. All quoters shall submit the following: 1) Firm fixed price quote 2) Technical Capability Statement 3) 3 Past Performance references 4) SAM registration 12. Submission shall be EMAILED ONLY to Kim Yen Tu, the Contract Specialist, at kimyen.n.tu@aphis.usda.gov. Quotes are due not later than Sept. 20st, 2018 @ 10 AM Central time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212‐1(f). Any questions or concerns regarding this solicitation should be forwarded in writing ONLY via e‐mail to Kim Yen Tu, the contract specialist.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/12639518Q0276/listing.html)
- Record
- SN05076505-W 20180908/180906232315-8cbd89f9e69c2c075939a61785545270 (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 |