SOLICITATION NOTICE
N -- SOUNDPROOFING PANELS AND INSTALLATION
- Notice Date
- 8/31/2020 11:10:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238310
— Drywall and Insulation Contractors
- Contracting Office
- TRACEN YORKTOWN(00041) YORKTOWN VA 23690 USA
- ZIP Code
- 23690
- Solicitation Number
- 70Z041-20-Q-QWU02900
- Response Due
- 9/15/2020 1:30:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- KATHERINE M. ROBERTS, Phone: 75785635003102
- E-Mail Address
-
KATHERINE.M.ROBERTS@USCG.MIL
(KATHERINE.M.ROBERTS@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice.� The Solicitation Number, Request for Quotation (RFQ) 70Z04120QQWU02900 is hereby issued as an attachment herein. �This RFQ is issued as a 100% Total Small Business Set-Aside.� The resultant contract from this solicitation will be Firm Fixed Price (FFP).� This solicitation document and the solicitation incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08, of 13 August 2020. The associated North American Industry Classification System (NAICS) Code is 238310, Drywall and Insulation Contractors, and the Size standard is $16.5 Million. �The closing date and time for receipt of quotes is TUESDAY, 15 SEPTEMBER 2020, at 4:30PM Eastern Standard Time (EST).� The United States Coast Guard Training Center Yorktown has a requirement to have Soundproofing Panels installed in three (03) Classrooms to turn them into recording studios for training videos onboard Training Center, Yorktown, Virginia and be fully functional no later than 90 days after award. Outside of the current COVID-19 pandemic, these classrooms are in heavy demand.� All work must be completed no later than 90 days after award, however December is when there will not be any classes being held.� Scheduling the work (after award) will be dependent on operating classes. The scope of this project is to install soundproofing panels in three classrooms (funding dependent) within two buildings as indicated in the PWS, ensure interoperability and ensure the workspaces are clean and clear of all debris upon completing the project. �The contractor shall supply all equipment, materials, and labor per the attached Performance Work Statement (PWS). � A SITE VISIT may be held at the Training Center, Yorktown, Virginia for interested vendors. Requests for a SITE VISIT shall be submitted via email to Katherine M. Roberts at Katherine.M.Roberts@uscg.mil and Juan Soto at Juan.A.Soto@uscg.mil NO LATER THAN 4:30PM EST, WEDNESDAY, 9 SEPTEMBER 2020. All questions regarding this notice/solicitation shall be submitted in writing electronically via email to the Contracting Officer(s) Katherine M. Roberts at Katherine.M.Roberts@uscg.mil and Juan Soto at Juan.A.Soto@uscg.mil NO LATER THAN 4:30PM EST, FRIDAY, 11 SEPTEMBER 2020, or your questions may not be answered. Questions and Answers will be issued by a subsequent solicitation amendment.� Offerors shall acknowledge any Amendment issued by completing Blocks 15A, 15B, and15C on Page 1 of the SF30 and submitting via email along with quote. An offeror must have a valid DUNS number and must be registered with the SYSTEM FOR AWARD MANAGEMENT (SAM) database per FAR Part 7, System Award Management, before an award can be made. Offerors who are not registered with https://beta.sam.gov/�may be considered nonresponsive and will not be considered in the evaluation. The Offeror must comply with all applicable Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) Provisions and Clauses for Commercial items incorporated in the solicitation. All clauses and provisions referenced in this announcement may be accessed at the following website free of charge: https://www.acquisition.gov/far and https://www.dhs.gov/publication/hsar. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ""offer/offeror� or a derivative of that word appears, it is changed to ""quote/quoter� or a derivative of that word. Shipping must be free on board (FOB) destination CONUS (Continental US). The FOB destination/location for services: USCG TRAINING CENTER YORKTOWN, 1 U.S. Coast Guard Training Center, Yorktown, VA 23690-5000. The U.S. Coast Guard will only consider Firm Fixed Price (FFP) quotations.� Quotes will only be accepted by email.� Any quote received by the US Coast Guard that is not emailed will not be considered for award.� All responsible sources may submit a quote electronically via email to Katherine M. Roberts at Katherine.M.Roberts@uscg.mil and Juan Soto at Juan.A.Soto@uscg.mil, which if timely received, will be considered by the Agency. The RFQ document shall be submitted via email in an electronic version in Word, Excel, or Adobe PDF format only.� The file capability of USCG's servers is 10 megabytes (MBs).� A quote that is of greater size shall be submitted in multiple transmissions, all of which must arrive by the quote submission deadline.� By submission of its quote, the offeror is asserting that it understands the RFQ, the RFQ attachments, and that there are no exceptions to the RFQ or its attachments in the quote itself.� This RFQ shall not be considered direction to proceed with the subject effort.� This RFQ is not a promise of future direction to proceed.� Offerors are solely responsible for all RFQ submission costs.� All quotes shall include the required information per the attached RFQ Document SF-1449.� The offeror shall submit the following documentation/information with the completed SF-1449:� 1) Technical Capability statement in providing the solicitation requirements; 2) Relevant Past Performance information consisting of three references within the last five years (5) years and the reference company name, point of contact, telephone number, fax number and email address, which MUST be current; 3) Delivery/Installation Schedule; 4) Firm-Fixed Pricing inclusive of all costs required by this solicitation, to include a breakout of Labor, Materials, Travel and any other applicable expenses; 5) FAR Provision 52.212-3 completed (a printout of the vendor�s current SAM registration in response to FAR 52.212-3 is acceptable); and, 6) Offers' name, address, point of contact name, phone number, fax number, email address, Tax Identification Number (TIN) and DUNS number.� Failure to provide all above elements may be considered nonresponsive and will not be considered in the evaluation.� This clause can be download free of charge at http://www.acquisition.gov/far.� **********END OF UPDATED COMBINED SYNOPSIS/SOLICITATION**********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f70c2b7fce6c41bebda895905645998f/view)
- Place of Performance
- Address: Yorktown, VA 23690, USA
- Zip Code: 23690
- Country: USA
- Zip Code: 23690
- Record
- SN05780157-F 20200902/200831230147 (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 |