Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

Y -- Replace Asphalt-Fence-HVAC in Rotterdam, NY/Install Enclosure at Rear Entrance of Building in Schenectady, NY

Notice Date
8/5/2020 8:44:58 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-Q-5366
 
Response Due
8/18/2020 11:00:00 AM
 
Archive Date
09/02/2020
 
Point of Contact
Stephen Burks, Phone: 6095623278, Sharon Wilson-Emmons, Phone: 6095626405
 
E-Mail Address
stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil
(stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Site Visit: Tuesday the 11th at 900 am at the�ROTTERDAM AMSA #8 (G) (NY059) 101 REMSEN STREET ROTTERDAM, NY 12306 Tuesday the 11th at 1200 noon at the Center SGT Horace D, Brandt USARC (NY060) 1201 Hillside Avenue Schenectady, NY 12039-3597 Site Visit POC: Mike Moseman - Phone: 910-598-8981; Mobile: 518-421-2252; Email: michael.moseman.ctr@mail.mil 1. The United States Army Contracting Command � New Jersey (ACC-NJ) has two (2) requirements in support of the 99th Readiness Division (RD), Directorate of Public Works: (1) Repair and Replacement of Courtyard Fence and HVAC at the Rotterdam AMSA #8 (G) (NY059) 101 Remsen St. Rotterdam, NY 12306. The project includes, but is not limited to, remove existing deteriorated 7000 SF of asphalt, and install 7000 SF of new compaction and asphalt to same area; remove 4 ductless spilt AC units, and install new multi-zone ductless split HVAC units in designated office spaces, classroom and server room and remove 70 LF of 6-ft chain link fence and 20 foot gate, and Install 70 LF of new 7-ft chain link fence and 20 foot gate; and (2) Installation of Enclosure on Rear of Bldg. Center at the SGT Horace D, Brandt USARC (NY060) 1201 Hillside Avenue Schenectady, NY 12039. The project includes, but is not limited to, Installation of an enclosure at the rear entrance to the building in the covered alcove leading to the rear double doors. All work must be completed as defined by the specifications as identified and incorporated in the Specifications of Work (SOW). � 2.� Contractor must have an �Active� registration in System for Award Management (SAM) at time of bid submitted to be considered for award.� To obtain information on SAM or to register with SAM visit the web site at: https://www.beta.sam.gov.���� � YOU MUST SUBMIT A BID OFFER GUARANTEE VIA EMAIL WITH A VISIBLE SEAL.���� � 3. A site visit is highly recommended.� In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit request shall be coordinated via email with the Regional Facility Operation Specialist (RFOS), Peter Boyle at email address, peter.j.boyle1.civ@mail.mil AND copy Contract Specialist, Stephen Burks at email address, stephen.L.burks.civ@mail.mil. Site visits will be held at both locations:� Rotterdam AMSA #8 (G), 101 Remsen St. Rotterdam, NY 12306 and SGT Horace D, Brandt USARC, 1201 Hillside Avenue Schenectady, NY 12039.� � 4.� Questions shall be emailed to the Contract Specialist, Stephen Burks at stephen.L.burks.civ@mail.mil AND the Contracting Officer, Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil no later than August 14, 11:00 AM EST.� Questions must specify the section or paragraph of the Specifications of Work (SOW) for which the clarification is desired.����� � 5. Contractor offers shall be submitted via email to Stephen Burks at stephen.L.burks.civ@mail.mil AND Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil.��� � All offers shall include the following:����������� � ���� Pricing:���� � a. Pricing for all Contract Line Item Numbers (CLINs). Unit price and total price should also be included. You must complete the pricing breakdown sheet � attached.���� � b. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of� 236220 - Commercial and Institutional Building Construction.��� c. Complete blocks 14, 15, 30a, 30b and 30c of the SF1442 as well as signing/acknowledging any amendments.� In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Quote.���� � d.� Copy of insurance certificate meeting minimum requirements identified in Federal Acquisition Regulation Subpart 28.307-2���� � 6. All offers shall remain valid for 120 calendar days.���� � 7. Multiple offers will not be accepted.���� 8.� Attachments:����� Site Map� NY059-ROTTERDAM-A1-CSS-19869-MAP- ASPHALT REPAIRS NY059-ROTTERDAM-A1-CSS-19869-PHOTOS-RESURFACE ASPHALT-ARC NY059-ROTTERDAM-A1-CSS-19969-Drawing HVAC-Courtyard, Fence and HVAC-USARC NY060-SCHENECTADY-A1-CSS-15289-DRAWINGS-INSTALL ENCLOSURE-USARC - Edited Price Breakdown Sheet��� �������� ����� II. BASIS FOR AWARD / EVALUATION CRITERIA���� 1. 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.� The basis for award of any contract resulting from this solicitation will be the result of the evaluation of the Factors specified utilizing the Lowest Price Technically Acceptable Source Selection methodology. The Government intends to award a single Firm Fixed Price (FFP) contract. � Technical Capabilities Statement is required.�������� 2.� The Government intends to award a contract without discussions with respective offerors, so offerors should submit their best offer initially.� The Government, however, reserves the right to conduct discussions if deemed in its best interest.���� � 3.� Award shall be made to a single contractor. Award will be made to the lowest priced technically acceptable, responsible offeror that meets the requirements of the Specifications of Work/attachments and this solicitation.����������� ���� A.�� PRICE:����� 1.� Proposals will include unit prices for each line item listed and a total price, in order that proposals may be properly evaluated; completed SF1442 and any amendments; insurance certificate IAW FAR Subpart 28.307-2.�� � You must complete the pricing breakdown sheet � attached.���� 2. The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLIN) for the total evaluated price. In the event there is a difference between a unit price and the total CLIN amount, the unit price will be held as the intended price multiplied by the number of units. If the offeror shows only the total amount but fails to submit a unit price, the total CLIN amount divided by the quantity will be held as the intended price.����� � ���� C.� The Past Performance Information Retrieval System and Federal Awardee Performance & Integrity Information Systems as well any other Government-sponsored information available may be utilized to help make a responsibility determination in accordance with FAR Subpart 9.104.���� � ���� D.� Failure to provide the requested information may deem the proposal Unacceptable and may not be eligible for award.���� � ���� E.� The Government will begin the evaluation process with a ranking based on the Total Evaluated Price from the lowest to highest price.� Following the price ranking, only the lowest priced offeror(s) will be evaluated for technical acceptability under the non-price factor(s) according to the evaluation criteria set forth in paragraph 3 of this section.� If acceptable, the evaluation will stop at that point and award will be made to the lowest priced technically acceptable offeror. If unacceptable, the Government will continue to review proposals in order of price until evaluating one that is technically acceptable and eligible for award.� The Government reserves the right to conduct additional technical evaluations as deemed necessary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a7b39bdcea8646219b78df580d6086d3/view)
 
Place of Performance
Address: Schenectady, NY 12309, USA
Zip Code: 12309
Country: USA
 
Record
SN05746107-F 20200807/200805230155 (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.