Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2020 SAM #6939
SOLICITATION NOTICE

Z -- HECSA Mackenzie Room Acoustic Upgrade

Notice Date
11/26/2020 10:07:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
US ARMY HUMPHREYS ENGINEER CTR SPT ALEXANDRIA VA 22315-3860 USA
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-21-ACO-0001
 
Response Due
12/18/2020 2:00:00 PM
 
Archive Date
01/02/2021
 
Point of Contact
Giuseppe G. Mirizzi, Phone: 7034287081, Fax: 7034288181, W. Dale Dewar, Phone: 7034286485
 
E-Mail Address
Giuseppe.G.Mirizzi@usace.army.mil, wesley.d.dewar@usace.army.mil
(Giuseppe.G.Mirizzi@usace.army.mil, wesley.d.dewar@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Number: W912HQ-21-ACO-0001� Request for Proposals Title: U.S. Army Corps of Engineers, Humphrey Center Elevator Mackenzie Room Acoustic Upgrade. Contracting Activity: US Army Corps of Engineers (USACE) Humphreys Engineer Center Support Activity (HECSA) Requiring Activity: The Humphreys Engineer Center Support Activity (HECSA) Subject: Request for Quote (RFP) � Beta.SAM Combined Synopsis/Solicitations� Set-aside � Small Business Set-aside � NAICS Code 238310, Drywall and Installation Contractors (Acoustical ceiling tile and panel installation), with a size standard of �$16.5M for 238310. Period of Performance (POP): The selected prime vendor is expected to complete this project within one hundred (100) days of Task Order award. The time on site is expected to be approximately thirty (30) business days. Description of Requirement: The contractor shall provide all labor and materials to perform the Mackenzie Room Acoustic Upgrade as described in the Performance Work Statement (PWS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR 12.603 � Streamlined Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 2005-96, Effective: 13 January 2017. This requirement is a Combined Synopsis/Solicitation for carrying out an acoustical treatment solution to redress the reverberation issues of the Mackenzie Room in the HECSA Kingsman Building for the United States Army Corps of Engineers (USACE), Humphreys Engineering Center Support Activity (HECSA). The NAICs code is 238310, Drywall and Installation Contractors (Acoustical ceiling tile and panel installation). SMALL BUSINESS SET-ASIDE: This solicitation is set-aside for Small Businesses, in accordance with FAR 52.219-6 � Notice of Small Business Set-aside. The size standard for this NAICS for code 238310 is $16.5 million. Proposal Submission Instructions:���� Point of Contract (POC): Questions and quotes shall be sent via E-mail to the POC for this requirement to Giuseppe G. Mirizzi at Giuseppe.G.Mirizzi@usace.army.mil. The Offeror is responsible for verifying receipt by the POC. Site Visit: The Government strongly recommends that interested vendors send a representative to conduct a site visit. During the site visit attendees will have access to the locations where the equipment will be installed and can ask questions about the facilities and requirements.� Access to the space above the ceiling will not be provided during the visit.� Attendees can start arriving at 9:30AM on 10 December 2020 for the 10 AM site visit. The visit will not exceed 1 hour.� Bidders must send the names of their attendees by 8 December 2020 to Mr. Rodney Roberts (Rodney.Roberts@usace.army.mil , 703-428-6644).� All attendees must be US citizens and have Government issued photo (i.e. a driver�s license). Proposal Questions: Any questions regarding this combined synopsis/solicitation W912HQ-21-ACO-0001 must be submitted to the Contract Specialist via email No Later than 16 December 2020 at 4:00 PM Eastern Time in order to allow the Government time to review and respond accordingly. Questions received after the date and time specified above are not guaranteed to be answered prior to the solicitation closing date Proposal Due Date: The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 5:00 PM Eastern Daylight Time (EDT), on Friday, 18 December 2020 Submission: Proposals shall be electronically submitted to the POC above. Your submission shall include two separate parts: 1) Price quote and 2) Non-Price quote. The Non-Price quote shall be submitted in MS Word 2000 or higher, but not greater than MS Word 2013, or searchable PDF format. The Price quote shall be submitted in MS Word or MS Excel 2000 or higher, but not greater than MS Word or MS Excel 2013 format. The firewall utilized by the Government contracting office does not authorize or accept zip files. It is the offeror�s responsibility to ensure that the transmission is received by the Government prior to the closing date and time. Upon receipt of an electronic quote, the Government will acknowledge receipt of that quote via email to the offeror. Proposal Content and Format Instructions: Quotes shall be provided in two separate volumes (technical and price) and shall be clearly and concisely written as well as being indexed and logically assembled. The Offeror shall quote in accordance with the terms and conditions of their base GSA contract. Administrative Format Instructions: Page Limits: Technical Quotes are limited to ten (10) single-sided pages. Pages should be numbered consecutively throughout the document and not by sections. For any sections of a proposal with a defined page limit, pages exceeding the specified limit will be removed and not forwarded for evaluation. The following sections are not subject to the ten (10) page limit listed above: Table of Contents Title page Contractor Contract POC Cover Page CAGE code, DUNS number Past Performance Formatting: Proposal content shall be no smaller than Times New Roman size 12 font with 1� margins. Exhibits, graphics, charts, captions, etc., shall be no smaller than size 10 font. Technical Quote Content Instructions: The Offeror�s technical quote shall clearly reflect the offerer�s approach to execute and comply with the performance requirements to include all tasks and key personnel identified in the PWS. Your technical quote, including any supporting documentation, is to be clear and concise. Department of Labor Wage Determination: Service Contract Act Wage Determination WD #2015-4281, revision 16 applies to this requirement (attached). Insurance: The offeror selected for award will have to provide a Certificate of Insurance for the work sites. Hence, please include the cost of such insurance in your price proposal. You do not have to provide the insurance with your offer. The required insurance will be IAW FAR 5.228-5, Insurance, Work on a Government Installation. The amounts of required insurance are described in FAR 28.307-2, Liability. Bond: if the final price is above $30K, the awardee will have to provide a payment bond or an irrevocable letter of credit.� Special Requirements: Please note that your submission IAW with the PWS�requires a certified Site Safety Health Officer (SSHO) be onsite at all times. The SSHO can be working on the project, but must be able to see progress made by other tradesman. Further, your submission requires that you provide proof of Liability, Worker Comp, and Automotive Insurance for any work performed on post, in accordance with FAR 52.228-5, Insurance � Work on a Government Installation. The amounts of required insurance are at FAR 28.307-2, Liability. The Offeror�s technical quote shall contain the following: Technical Approach: The Offeror shall submit a written technical approach (schedule with work breakdown of tasks) which effectively demonstrates the Offeror�s clear understanding of the PWS, the proposed personnel to perform the requirements of the PWS,�and proof of insurance. Also, provide a Bill of Materials (BOM) or comparable document that shows materials/equipment to be provided Pricing Sheet: The Offeror�s proposal shall include a complete pricing sheet in the format provided below: CLIN� � �Labor Category� � � � � � � � � � � � � � � � � � � �Unit of Issue� � �Total 0001� � �Mackenzie Room Acoustic Upgrade� � � �Job� � � � � � � � � �$ Note: Offeror�s proposal shall remain valid for a minimum of 30 days from the date of submission. Note: Offeror�s are encouraged to provide a break out of labor and material costs with their submission. Evaluation Criteria: - LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) Basis for award: The Government will award a contract resulting from this combined synopsis/solicitation on the basis of the lowest evaluated technically acceptable price of responsible offers in accordance with Attachment 1 (PWS). Factor I � Technical Approach: The Offeror�s technical quote shall clearly reflect the offeror�s approach (schedule with work breakdown of tasks) to execute and comply with the performance requirements to include all task and key personnel identified in the PWS. Also, provide a Bill of Materials (BOM) or comparable document that shows materials/equipment to be provided. The technical quote, including any supporting documents, is to be clear and concise. Factor II � Price: A price evaluation will be conducted per FAR 8.404(d) (Deviation) and per FAR 15.404-1(b). Ratings for Evaluation Factors: Table A-1 Technical Rating Rating� � � � � � � � � � � �Description Acceptable� � � � � � � � Quote clearly meets the minimum requirements of the solicitation Unacceptable� � � � � � Quote does not clearly meets the minimumrequirements of the solicitation Clauses/Provisions: See Attachment 5 to view the provisions incorporated into this solicitation. Offerors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov prior to award. Offerors are highly encouraged to download and review all attachments to this solicitation prior to submitting an offer. 52.212-3 Offeror Representations and Certifications-Commercial Items. Offeror Representations and Certifications-Commercial Items (Oct 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201). Attached Files Attachment 1 � Performance Work Statement (PWS) Attachment 2 � Wage Determination 15-4281, Revision 16 Attachment 3 and 4 � Mackenzie Room Photos Attachment 5 � Provisions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f60bc6926f654e20a63ad7bab59b09a1/view)
 
Place of Performance
Address: Alexandria, VA 22315, USA
Zip Code: 22315
Country: USA
 
Record
SN05861543-F 20201128/201126230150 (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.