SOLICITATION NOTICE
71 -- Ceiling Tiles for Collaboration Space
- Notice Date
- 7/31/2023 2:17:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- 75D301-23-Q-76872
- Response Due
- 8/16/2023 2:00:00 PM
- Archive Date
- 10/15/2023
- Point of Contact
- Patrick Winders, Phone: 7704882669
- E-Mail Address
-
vxx6@cdc.gov
(vxx6@cdc.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The solicitation number is 75D301-23-Q-76872 being issued as a Request for Quotations (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-4. This Solicitation is a small business set-aside.� The associated North American Industrial Classification System (NAICS) code for this procurement is 313320 Fabric Coating Mills with a business size standard of 850 employees. The acquisition includes one line item 0001 for delivery and installation of ceiling tiles. The Government desires to obtain services of an Offeror for the purchase, delivery, and installation of an Acoustical Ceiling Elements within the open collaborative areas indicated on the drawings. The acoustical ceiling tiles are to be attached directly to the existing ceiling assembly (grid and tile) by means of a magnetic connection ONLY; there is no removal of the existing ceiling assembly to accommodate the ceiling element. The PWS is included as Attachment 1 to this solicitation. Delivery and installation shall be complete 215 days from award of the purchase order. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition with no addenda. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services does not apply. Quotations will be evaluated using the following factors: � � � � � �a. The offeror must be an authorized dealer and installer for the manufacturer�s products proposed. Technical Evaluation: � � � � � � This criterion will be evaluated according to the soundness, practicality, and feasibility of the Offeror�s technical approach for providing the services required for this Contract. i.��� Experience of Key Personnel Offerors experience with products specified including installer certification Offerors experience with products similar to those specified Offerors experience with working in occupied Government facilities ii.�� Technical Approach and Schedule- Characteristics as defined in the Contract Documents will be a primary evaluation factor.�� Offeror�s ability to provide the Basis of Design products or equal. If equal is proposed in lieu of BOD the Offeror bears the responsibility to clearly illustrate any differences as outlined in SECTION 7 � DELIVERABLES Offeror�s ability to provide products that are an approved, comparable product to the Basis of Design. Products, if not the Basis of Design items, will be evaluated against the Basis of Design for equal quality, aesthetic traits, acoustical rating, size/ dimensions, and cost values Offeror�s ability to provide the specified ceiling element profiles, finishes, or offer suitable substitutions for approval, as selected for durability, cleanability & aesthetic compatibility with the building�s interior finishes Offeror�s ability to provide an efficient, clear, and concise schedule that can be maintained during contract period of performance. Offeror�s ability to perform the work in occupied spaces Offeror�s ability to identify any potential concerns in the defined scope of work Offeror�s ability to provide onsite support within an approximated 2-hour response time (based on normal business hours, Monday thru Friday) to ensure future repair and maintenance services can be performed in a timely manner iii. Management Capabilities and Approach Offeror�s ability to provide an efficient and clearly identifiable scope, schedule and budget Offeror�s Contractor�s ability to provide a timely delivery iv.� Similar Work Offeror�s ability to provide prior successful similar work with any governmental entity, both by the company and by the project team/ installers Offeror�s References & project references are provided b. Price Evaluation c. Past Performance 10. Offerors should submit a completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically).� An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov/portal/public/SAM/. All Offerors shall be registered and current in the System for Award Management (SAM) database. 11.The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition with no addenda. 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition with the following clauses applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) 52.219-28 Post-Award Small Business Program Rerepresentation (Mar 2023) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (Dec 2022) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-50 Combatting Trafficking in Persons (Nov 2021) 52.225-3 Buy American�Free Trade Agreements-Israeli Trade Act--Alternate II (Dec 2022) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) 13. Due Date: All offers shall be submitted by 5:00PM EDT 8/16/2023 to Patrick Winders at vxx6@cdc.gov Facsimile are not authorized under this announcement. 14. Description: The Government desires to obtain services of an Offeror for the purchase, delivery, and installation of an Acoustical Ceiling Elements within the open collaborative areas indicated on the drawings. The acoustical ceiling tiles are to be attached directly to the existing ceiling assembly (grid and tile) by means of a magnetic connection ONLY; there is no removal of the existing ceiling assembly to accommodate the ceiling element. The PWS is included as Attachment 1 to this solicitation. 15. Attachments: Attachment 1: Contractor Non-Disclosure Agreement Attachment 2: Contractor Employee Non-Disclosure Agreement Note� - to receive Attachments 3-6, return Contractor Non-Disclosure Agreement and Contractor Employee Non-Disclosure Agreement for any contractor employees accessing the attachments to Patrick Winders at vxx6@cdc.gov no later than Wednesday, August 2, 2023 at noon. Attachment 3: Performance Work Statement Attachment 4: Appendix A Attachment 5: Drawings Attachment 6: Specifications 16. Site Visit: A site visit will take place at 1600 Road NE, Atlanta, Georgia 30329 on Friday, August 4, 2023 at 10:00 AM. Prior to attending the site visit, submit attendee�s names, and verification that they are US citizens to Patrick Winders on or before Wednesday August 2, 2023 at noon. All visitors must comply with CDC�s campus access restrictions. Parking spaces for Roybal campus visitors are available in the parking lot adjacent to the Visitors Center (Building 19), which is located on CDC Parkway (on the west side of the campus). All vehicles are subject to inspection upon entering CDC property. Visitors, vendors, and other guests must stop at the visitors� entrance guard station (under the main canopy when entering the campus on CDC Parkway). The guard will ask for identification and the purpose of the visit. Once cleared, the visitor may park and go directly to the guard station inside the Visitors Center to sign in. Offerors are advised to arrive at campus no later than 9:45 AM to complete security check in and parking. The Offeror must visit the site and conduct a proper field verification to determine the scope of work and quantities required to perform the work.�� Should there be any discrepancies between the field verification and the Contract Documents the Offeror must notify the Contracting Officer immediately, in writing, prior to submitting their proposal.� Any discrepancies and items that can be determined in a walk thru must be considered part of the project scope unless otherwise agreed upon in writing prior to project award whether specifically defined on the Contract Documents or not.� Offeror must not scale Contract Documents drawings.� 17. Questions: Submit technical questions to the Contracting Officer in writing, via email to Patrick Winders at vxx6@cdc.gov on or before 5:00 PM EDT 8/7/2023. Telephonic (verbal) questions will not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the Request for Quote. 18. Quote submission Quotes shall be sent electronically via e-mail to Patrick Winders at vxx6@cdc.gov. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. VOLUME 1: Section A Schedule of Services: a total price for line item 0001 Section B Offerors Representations and Certifications:� A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically).� An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov/portal/public/SAM/. All Offerors shall be registered and current in the System for Award Management (SAM) database. VOLUME 2 Section A Technical Proposal: Offeror shall submit company's detailed technical approach and methodology for completing all requirements of the Performance Work Statement (PWS). Offerors should provide necessary information for Government evaluation under the factors listed in section 9 above. The Technical Volume shall not exceed thirty (50) pages in length, minimum 12-point font.� Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages. 19. Basis for award The Government will award a firm fixed priced contract to the responsible offeror whose offer, conforming to the requirements in this Request for Quote (RFQ) will be most advantageous to the Government, price and other factors considered.� 20. Clauses and Provisions: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov/far/index.html 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) �(End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE� (FEB 1998) � This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):�� http://www.acquisition.gov/far/index.html SOURCE TITLE AND DATE FAR 52.204-13 System For Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial And Government Entity Code Maintenance (Aug 2020) FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022) FAR 52.232-39 Unenforceability Of Unauthorized Obligations. (Jun 2013) FAR 52.232-40 Providing Accelerated Payments To Small Business Subcontractors. (Mar 2023) FAR 52.237-1 Site Visit (Apr 1984) HHSAR SOURCE 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations. (Dec 2015) 352.232-71 Electronic Submission of Payment Requests (Feb 2022) CDCP_G009 Contracting Officer (Jul 1999) a. The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. b. No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) CDC0_G018 Payment by Electronic Funds Transfer (Feb 2018) (a) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer �System for Award Management, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. (b) In the case that EFT information is not within the System of Award Management, FAR 52.232-34 requires mandatory submission of Contractor�s EFT information directly to the office designated in this contract to receive that information (hereafter: �designated office�); see below. The contractor shall submit the EFT information within the form titled �ACH Vendor/Miscellaneous Payment Enrollment Form� to the address indicated below. Note: The form is either attached to this contract (see Section J, List of Attachments) or may be obtained by contacting the Contracting Officer or the CDC Office of Financial Resources at 678-475-4510. (c) In cases where the contractor has previously provided such information, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. (d) The completed form shall be mailed after award, but no later than 14 calendar days before an invoice is submitted, to the following address: The Centers for Disease Control and Prevention Office of Financial Resources (OFR) P.O. Box 15580 Atlanta, GA 30333 Or � Fax copy to: 404-638-5342 CDC0.H049 Non-Disclosure Agreement for Contractor and Contractor Employees (Jun 2020) a. The contractor and contractor employees shall prepare and submit Non-Disclosure Agreements (NDA) to the Contracting Officer prior to access of government information or the commencement of work at CDC. *See Attachments* b. The NDAs, at Exhibit I and II, are required in service contracts where contractor�s employees will have access to non-public and procurement-sensitive information while performing functions in support of the Government. The NDA also requires contractor�s employees properly identify themselves as employees of a contractor when communicating or interacting with CDC employees, employees of other governmental entities, and members of the public (when communication or interaction relates to the contractor�s work with the CDC). The Federal Acquisition Regulation (FAR) 37.114 (c), states �All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials, unless, in the judgment of the agency, no harm can come from failing to identify themselves. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.� c. The contractor shall inform contractor employees of the identification requirements by which they must abide and monitor employee compliance with the identification requirements. d. During the contract performance period, the contractor is responsible to ensure that all additional or replacement contractors� employees sign an NDA and it is submitted to the Contracting Officer prior to commencement of their work with the CDC. e. Contractor employees in designated positions or functions that have not signed the appropriate NDA shall not have access to any non-public, procurement sensitive information or participate in government meetings where sensitive information may be discussed. f. The Contractor shall prepare and maintain a current list of employees working under NDAs and submit to the Contracting Officer upon request during the contract period of performance. The list should at a minimum include: contract number, employee�s name, position, date of hire and NDA requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d8be97a19bb48699da79c1a4442eac2/view)
- Place of Performance
- Address: Atlanta, GA 30329, USA
- Zip Code: 30329
- Country: USA
- Zip Code: 30329
- Record
- SN06770527-F 20230802/230731230051 (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 |