SOLICITATION NOTICE
Z -- Boardroom A/V Support Room Renovation (Room 2057)
- Notice Date
- 4/3/2020 7:40:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N61340-20-R-0085
- Response Due
- 4/14/2020 11:00:00 AM
- Archive Date
- 04/29/2020
- Point of Contact
- Amber Chalifoux, Phone: 4073804491, Joseph A Liberatore, Phone: 4073804281, Fax: 4073804164
- E-Mail Address
-
amber.chalifoux@navy.mil, joseph.liberatore@navy.mil
(amber.chalifoux@navy.mil, joseph.liberatore@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation � Boardroom Renovation: N61340-20-R-0085 This is a combined synopsis/solicitation for Construction Services prepared in accordance with the format in FAR subpart 13.3, 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. Combined synopsis/solicitation N61340-20-R-0085 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/content/regulations inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-101. This procurement is being solicited on the basis of a small business set-aside competition with an associated North American Classification System (NAICS) code of 236220. The contractor shall patch, Sand, walls for entire room and adjacent vestibule as required.� Furnish and install primer and paint for entire room, adjacent vestibule and two (2) door frames.� Patch, Sand, Furnish and install primer and paint to match existing other walls in space for the three (3) exterior walls of the Command Suite Storeroom.� Remove and dispose of carpet.� Furnish and install new Interface Cubic style #1380102500 color #6395 Construction carpet tiles for entire room and adjacent vestibule.� Repair acoustical ceiling tile grid, furnish and install ceiling tiles as required.� Furnish and install new four (4) inch cove base as required.� Furnish and install heavy duty wall mounted shelving as specified.� Clean up and protect finishes that are to remain.� All work to be coordinated with the government (NSA Orlando, NAVFAC and NAWCTSD).� All work shall be installed in accordance all Unified Facility Criteria (e.g. National Electric Code (NEC), Life Safety Code, etc.).�� Several requirements for this project are as follows: All applicable federal, state, and local codes shall be followed including but not limited to Unified Facility Criteria found at https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc Electrical modifications (Changes to existing circuits and locations) Ensuring all electrical work meets NEC requirements Ensuring that all work is tested to be complete and useable Ensuring dust and noise levels are kept to a minimum with daily cleanup. The CLIN Breakout is as follows: CLIN 0001 � Boardroom A/V Support Room Renovation (Room 2057) NAWCTSD Orlando ATTN:� Sheila R. Williams 12211 Science Drive Orlando, Florida 32826 This requirement will have a completion date of 3 weeks after contract award. Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are recBoardroom A/V Support room eived, the Government will award on a lowest price technically acceptable basis to the offeror meeting the specifications of this combined synopsis/solicitation. The failure of an offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the offeror being ineligible for award. All offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. Going forward, all new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration.� More information can be found at www.gsa.gov/samupdate. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.204-7 FAR 52.204-13 FAR 52.209-2 FAR 52.219-6 FAR 52.222-21 FAR 52.222-26 FAR 52.222-50 FAR 52.223-18 FAR 52.225-13 FAR 52.232-33 FAR 52.233-1 FAR 52.233-4 FAR 52.236-5 FAR 52.236-7 FAR 52.236-26 FAR 52.252-2 The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 DFARS 252.203-7002 DFARS� �252.203-7005 DFARS 252.204-7003 DFARS 252.204-7006 DFARS 252.204-7015 DFARS 252.232-7006 DFARS 252.232-7010 All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/content/regulations.� No DPAS rating applies. Offers are due no later than 1400 US Eastern Standard Time on 13 April 2020. Quotes will only be accepted by Contract Specialist, Amber Chalifoux via email at amber.chalifoux@navy.mil. Responses must include at least the solicitation number; name, address and telephone number of offeror; warranty information; discount terms, estimated period of performance; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Amber Chalifoux, Contract Specialist, Phone: 407-380-4491, email: amber.chalifoux@navy.mil. *Please note, due to the current COVID-19 situation, please be sure that all contractor personnel are not showing symptoms, and have not had any OCONUS travel within the last 14 days. Contractors will be asked these questions before granted permission to enter NAWCTSD Orlando.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1288788814374530bfae76a8e90414f6/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN05609957-F 20200405/200403230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |