Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

Z -- Remove, Repair, & Resurface Concrete Floor

Notice Date
8/4/2020 11:34:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005420Q0171
 
Response Due
8/27/2020 7:00:00 AM
 
Archive Date
09/11/2020
 
Point of Contact
Shannon Caldow, Phone: 7574000329
 
E-Mail Address
shannon.caldow@navy.mil
(shannon.caldow@navy.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP).�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 WILL be posted to BETA SAM at https://beta.sam.gov. THE RFQ number is N5005420Q0171. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-07 and the DFARS Change notice 20200605. 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 this website: https://www.acquisition.gov/. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the removal, repair, and resurfacing of the concrete floor that are identified in the attached Performance Work Statement (PWS).�All parts shall be new. No refurbished or used parts will be accepted. The Government intends to solicit and award on a woman-owned small business set-aside basis in accordance with FAR part 19. Site Visit (Mandatory): A site visit will be held prior to receipt of quotes to allow all perspective and capable contractors to view and inspect the requirement site in accordance with FAR 52.237-1 on Monday 24 August 2020 at 10:30am Eastern Standard Time (EST). All parties shall meet at the CEP200 quarterdeck at 10:30am.The site visit will be held at the following address: MARMC BLDG. CEP-200 Electrical Shop 9170 2nd Street Norfolk Va. 23511 Notification of Attendance and Request for Base Access: Please email Shannon Caldow at shannon.caldow@navy.mil no later than 10:30am on Friday 7 August 2020 as notification if you plan to attend the site visit. If you require base access, then please indicate this need in your �plan to attend� notification email. Forms will be sent to you that require 14 days to process. All forms shall be submitted no later than 1:00pm (1300) EST on Friday 7 August 2020. Vendors who fail to submit the forms in a timely manner will not be permitted to attend the site visit. No escorts will be offered or granted for this site visit. COVID 19 Requirements: Due to COVID 19, vendors will be limited to one (1) person per business. In addition, face masks that cover the nose and mouth shall be worn during the site visit and required upon entering the building. As per the CDC, all attendees will be requested to practice social distancing (6 feet apart) throughout the site visit. No escorts from the gate will be offered for this site visit due to COVID 19. On the day of the site visit, if any of the answers to the below questions are �Yes�, then please do not attend the site visit: Have you travelled internationally in the past 14 days? Do you have a fever over 100 degrees Fahrenheit? Have you come into contact with a person that has tested posttive for COVID 19 in the past 14 days? Have you been tested for COVID 19 and are currently awaiting results? Important Information: Period of Performance:� Within 14 days after award The NAICS code is 238110 and the Small Business Standard is 16.5 million of dollars (US)� Place of Performance; Performance Location: MARMC BLDG. CEP-200 Electrical Shop 9170 2nd Street Norfolk Va. 23511 Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.�� System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/. Evaluation Factors and Required Documents: An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness. Technical Acceptability: Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. The technical capability portion of the quote should include (if applicable): Drawings or specifications if quoting a �like item� Complete list of supplies/services per the PWS Price Reasonableness: Each quote must breakdown pricing. This shall be a separate document form the technical capability. � Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness. Two (2) invoices for the same or similar parts sold to customers within the last five years Published price list or catalog Contract numbers for the same or similar items sold to Government agencies Evaluation Factors: Factor 1.� Technical Approach.� Technical capability ratings reflect the Government�s confidence in each vendor�s ability, as demonstrated in its quote, to perform the requirements stated in the solicitation. In evaluating the technical risk, the Government will make an independent judgment of the probability of success, the impact of failure and the alternatives available to meet the requirements. Technical capability shall be based on: The vendor�s approach to meet the requirements of the Performance Work Statement (PWS). Evaluation Factors The following adjectival ratings will be used in evaluating each vendor�s technical capability.� Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the PWS. Unacceptable Quote does not clearly meet the minimum requirements of the PWS. Note:� To receive consideration for award, a rating of acceptable must be achieved in all technical factors. Factor 2.� Price. The purpose of the price factor is to determine if the quoted price is fair and reasonable. In no event will the Government make an award against an offer that the Government does not find to be fair and reasonably priced.� The pricing criteria used for evaluation are completeness and price reasonableness. Completeness - The Government will review the pricing submissions for completeness and compliance. Incomplete price submissions may not be evaluated and the quotation may be eliminated from the competition. Price Reasonableness - The vendor�s price proposal will be evaluated using one or more of the techniques defined in FAR 13.106-3(a). Generally, adequate price competition will satisfy the criteria of price reasonableness. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial quote shall contain the vendor's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary.� � Quote Format: To be considered for this opportunity, all quotes shall be: �Submitted in either Microsoft Word, Excel spreadsheet, or Adobe PDF. Quote must include price(s), point of contact (name and phone number), business size, CAGE Code, and payment terms Shipping Terms: FOB Destination Quotes shall be valid for a minimum of sixty (60) calendar days Quote Submission and Questions: Submission: Responses to this solicitation are due by 10:00 am EST on 27 August 2020. �Email quotes to shannon.caldow@navy.mil. Questions:� Vendors may submit questions regarding clarification of solicitation requirements to Shannon Caldow by e-mail at shannon.caldow@navy.mil by 10:00am EST on 25 August 2020.�Any questions received after this date may not be answered. Provisions and Clauses: The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.240-22 Alternative Line Item Proposal 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 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. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.237-1 Site Visit 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72ed4fe225ea4ec6a0416b5def41a926/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05744440-F 20200806/200804230148 (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 |
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.