SOLICITATION NOTICE
54 -- Airfield Bunkers and T-Wall Barriers
- Notice Date
- 7/21/2020 4:50:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
- ZIP Code
- 96540-2937
- Solicitation Number
- N4019220Q7088
- Response Due
- 7/28/2020 1:00:00 AM
- Archive Date
- 08/12/2020
- Point of Contact
- AUBREEANA TAYLOR, Phone: 6713664257, Patricia Ann Borja, Phone: 6713667110
- E-Mail Address
-
aubreeana.taylor@us.af.mil, patricia_ann.borja@us.af.mil
(aubreeana.taylor@us.af.mil, patricia_ann.borja@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DATE:� 21�July�2020 THE PURPOSE OF THIS MODIFICATION IS TO PROVIDE QUESTIONS AND ANSWERS IN SUPPORT OF THE THE SUBJECT SOLICIATION N4019220Q7088, BUNKERS AND T-WALL BARRIERS� I. �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. The procedures of FAR 13 will be used in this particular acquisition, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. � II. �This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4019220Q7088.� � III. �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and Federal Acquisition Circular (FAC) 2019-05, effective dated 13 August 2019. IV. �This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 238120 and the small business size standard is $16.5 (in millions of dollars). V. �Potential vendors are to quote on the following Contract Line Items: CLIN�0001 QTY 24 Each Airfield Bunkers Must be made of concrete Must be reinforced with rebar Must have 4 stainless steel lifting points on the roof Must be able to be moved by equipment capable of lifting a maximum of 10,000 lbs. Surface must be ready to receive paint. Detailed dimensions can be found in attachment 1, SPECIFICATIONS. CLIN 0002 QTY 24 Each T-Wall Barrier Must be made of concrete Must be reinforced with rebar Must have 2 wire rope lifting points on top of barrier Must be able to be moved by a forklift capable of lifting 10,000 lbs. and have slots on the bottom of the barrier capable of accepting 9 inch wide forklift tines. Surface must be ready to receive paint. Detailed dimensions can be found in attachment 1, SPECIFICATIONS. CLIN 0003 QTY 1 Each Shipping to Guam (FOB Destination): 36TH Civil Engineer Squadron 20021 Spaatz Ave. Andersen AFB Yigo, GU 96929 ATTN: MSGT. DAVID ATKINS VI.� All material requirements must be met as stated in Attachment 1, SPECIFICATIONS. VII.� Items shall be delivered to the shipping address stated in Attachment 1, SPECIFICATIONS, and FOB Destination on or before 30 November 2020. VIII.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� Award will be made on an all or none basis.� The following factors shall be used to evaluate offers: (1)� Price (2)� Technical acceptability Rating������ Description Acceptable Quote clearly meets the minimum requirements of the solicitation & Specifications provided. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Price ����� (a)� The lowest priced quote will be evaluated for technical acceptability.� If the lowest priced quote is found technically acceptable, the award will be made without further consideration.� If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable quote. Technical Acceptability is equal to price ����� (a)� Technical acceptability will be based on the salient characteristics of the requested items. All quoted items must match the salient characteristics sheet provided. If the offeror�s quote does not fulfill the salient characteristics of the items and is deemed technically unacceptable, that quote will not be considered. X.� FAR 52.212-3, Offeror Representation and Certifications�Commercial Items (Mar 2020) is included in this solicitation.� Offerors must include a copy of this provision with its offer. XI.� FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018) applies to this acquisition.� No addenda to this clause. XII.� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2020).� These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) FAR 52.219-28, Post Award Small Business Program Representation (Mar 2020) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor (Jan 2020) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.224-3, Privacy Training (Jan 2017) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018) IX. �The following DFARS provisions and clauses are applicable to this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) ����� DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export-Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea � Basic (Feb 2019) X.� All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/SAM/ and must also be registered under The North American Industrial Classification System (NAICS) code 333112 to be considered for award.� Quote must be directly submitted by the firm registered in SAM that is intended to be the successful awardee.� Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award �care of� will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. XI.� Submit quote via email to Aubreeana Taylor at aubreeana.taylor@us.af.mil. �Submittal of multiple quotes will not be accepted. XII.� A response to this RFQ must be received via e-mail no later than 3:00 pm Chamorro Standard Time (ChST) on 28 July 2020.� Oral quotes will not be accepted. �Emailed quotes must be received at the stated addressee email inbox on time and the addressee must be able to open the email and all attachments. �No other email receipt will be acceptable. �The Government does not accept responsibility for non-receipt of quotes. �It is the vendor�s responsibility to request and receive confirmation of quote receipt. XIII.� Please send any questions to the email provided above or call 671-366-4257 for information regarding this solicitation no later than 3:00 pm ChST on 15�July�2020. XIV.��Questions and Answers What is the base width of the base for the T-Wall Barriers?�Answer: As wide as needed for stability of a 5 foot tall barrier but not less than 2 foot wide What is the size of the rebar and how much is to be used? Answer: As stated in the salient characteristics, rebar should be placed in a way that will support the weight of the concrete and will not compromise the structural integrity of the bunker when it is transported. Engineer work should be performed by the awarded contractor as these are prefabricated structures for purchase. What are the size of the rebar needed for reinforcement and what are the spacing�s required?�Answer: As stated in the salient characteristics, rebar should be placed in a way that will support the weight of the concrete and will not compromise the structural integrity of the bunker when it is transported. Engineer work should be performed by the awarded contractor as these are prefabricated structures for purchase. What is the spec of the concrete to be used?�Answer: Must be made of concrete and in compliance with all applicable ASTM Standards on Concrete Pipe What is the concrete specification to be used for the manufacturing of the products, so as to ensure quality production?�Answer: Must be made of concrete and in compliance with all applicable ASTM Standards on Concrete Pipe Will there be any funds allocated to take care of expenses incurred in the initial stages of the contract, and if so, what percentage would be allocated to cover the upfront expenses?�Answer: Payment will be provided to the awarded contractor upon delivery and inspection of goods. If solicitation says that the bunkers must be able to be lifted by a machine capable of lifting a max 10,000lbs, but on the drawing of the bunkers it says 12.89 KIPS, and 1 KIP is 1000lbs, so the total would be 12,890LBS that the bunkers can weigh, but with the size of it (12 ft.) it's difficult to create such a product under 10,000lbs to accommodate for the lifting machine. That right there is conflicting.�Answer: Size can be adjusted to meet the 10,000 lb limit. XV.� �As stated previously in this solicitation, a�response to this RFQ must be received via e-mail no later than 3:00 pm Chamorro Standard Time (ChST) on 28 July 2020.� Oral quotes will not be accepted.� Emailed quotes must be received at the stated addressee email inbox on time and the addressee must be able to open the email and all attachments.� No other email receipt will be acceptable.� The Government does not accept responsibility for non-receipt of quotes.� It is the vendor�s responsibility to request and receive confirmation of quote receipt.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2a98a34b21464dab822376fa8c748717/view)
- Place of Performance
- Address: GU 96930, USA
- Zip Code: 96930
- Country: USA
- Zip Code: 96930
- Record
- SN05728183-F 20200723/200721230153 (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 |