MODIFICATION
Z -- Defense Supply Center Richmond(DSCR) Building 59 Exterior Paint
- Notice Date
- 6/7/2024 2:28:54 PM
- Notice Type
- Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SP470324R0017
- Response Due
- 7/8/2024 2:00:00 PM
- Archive Date
- 07/23/2024
- Point of Contact
- Robert Moragues, Contract Specialist, Phone: 8042795309, Fax: 8042793246, Brandon Jump, Phone: 8042794512, Fax: 8042793246
- E-Mail Address
-
robert.moragues@dla.mil, brandon.jump@dla.mil
(robert.moragues@dla.mil, brandon.jump@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Defense Supply Center Richmond (DSCR) Building 59 Exterior Repaint This is a solicitation for construction prepared in accordance with the format in FAR Part 36, as supplemented with additional information included in this notice. �The solicitation number SP4703-24-R-0017 is issued as a request for proposal (RFP). �The resulting contract will be a firm-fixed price award with an expected Period of Performance of 070 days from notice to proceed. This acquisition is set-aside for 100% small businesses. �The North American Industry Classification System (NAICS) Code is 238320 (Painting and Wallcovering Contractors). �The small business size standard is $19M. �Department of Labor Wage Determination based on location of the service provided (Chesterfield County, VA). �Partial proposals will not be accepted. � **********************************Specific Requirements************************* For an offer to be considered for award, the contractor must be within a commutable driving distance to the DSCR facility. A 120-mile radius from DSCR is considered the commutable radius.� The DSCR building 59 exterior wall finish has deteriorated in a variety of areas to the point water is entering the building. The location of building 59 is shown on the map in red at the end of the attached SOW. �The objective of this project is to clean, prepare, and paint all the walls and underside of the canopies and install new caulking where current caulking exists. � �Using environmentally friendly chemicals and high-pressure water, pressure wash the entire east and west exterior walls, dock face, personnel doors and frames, roll up door frames, steel angle, underside of all canopies, fire sprinkler piping, piping, conduit, all sides of the one-story offices etc. to remove all growth, loose caulk/mortar/paint etc. After pressure washing is complete an inspection is required to confirm acceptability. Provide two business days� notice for this inspection. �Caulk all expansion joints, windows, vents, doors, appurtenances and area where caulk was removed etc., If any doors, windows etc. don�t have caulk add caulk and match the door or window frame color. A known complying product is Sherwin Williams LOXON NS2 Two component non-sag smooth polyurethane sealant (submittal required). �The contractor shall seal/cover/fill any other holes in the block. Provide a submittal on what will be used to seal/cover/fill. �Remove any loose mortar or concrete from any area. Point up using the same color and type of mortar. Tool all joints as necessary. �Prior to painting a government inspection is required to confirm acceptability. Provide two business days� notice for this inspection. �Paint the exterior walls, all piping, conduit, personnel doors and frames and roll up doorframes, dock faces and the underside of all canopies that are currently painted. Do not paint sprinkler piping. A known complying paint is Sherwin Williams Latitude exterior acrylic flat K60-650 series, the same color as existing. For the painting of metal surfaces a known complying product is Sherwin Williams Pro industrial DTM acrylic semi-gloss B66-1150series. Do not paint fire sprinkler piping. The contractor shall take a paint sample and match each color. Paint all areas with two coats. Once the first coat is completed and dry an inspection is required to confirm acceptability prior to the 2nd coat. Provide two business days� notice for this inspection. �If any equipment, ladders etc. are used on the roof, the roof shall be protected from damage by adding sufficient protection underneath equipment. The contractor shall provide a plan on how they will protect the new roof. Any damaged to the roof caused by the contractor will be repaired and warrantied by the contractor at no cost to the government. �The contractor will be allowed to use the nearest fire hydrant for water. The contractor is required to install a backflow preventer that�s been calibrated within the last 6 months. Provide documentation prior to use. The contractor shall also submit for a hydrant permit .Contact the PM 2 weeks prior to needing to use the hydrant. �The contractor shall ensure all roofs, docks, grass etc. are clean from all paint chips, mortar, etc. when pressure washing is completed and prior to painting. �Any items on the docks, grass etc. that are in the way of any work shall be moved and returned by the contractor. �The contractor shall provide all tools, ladders, lifts etc. so the government can perform inspections. �If electrical power is available on the outside of the building the contractor may use. Otherwise, the contractor shall provide their own power. No cords can be run through windows, doors etc. �Don�t remove any items from the walls, work around them. �Place �wet paint� signs in numerous areas to alert other personnel. �Provide a portable bathroom with hand washing station. �Contractor to take their own measurements. �All government inspections shall take place on a Tuesday, Wednesday or Thursday regardless of when notification is provided. Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work and the solicitation. Also refer to clauses and provisions includes in this notice. �Past performance will be considered a part of Technical Acceptability, and the Contracting Officer will pull contractor data from CPARS and SPRS.� � � � � � � � � � � � � � � � � � � � � � � � � � � �� The contractor must be registered in the System for Award Management (SAM) prior to award. �If not already registered in SAM, go to the SAM website www.sam.gov to register prior to submitting your quote. � **********************************Submission Requirements************************* Instructions: � Instructions contained herein are to serve as a guide in preparation of offers for this solicitation and are not intended to be all inclusive. These instructions generally describe the type and extent of information that should be provided in the offer and emphasize several areas that are generally considered significant. �The offeror is expected to completely examine and analyze all aspects of the technical areas to be addressed and to include information in its offer that will enable the evaluators to determine the offerors� understanding of the requirements. Offers submitted shall be contained in two separate volumes as follows: Volume I � Technical Submission: The Technical Submission should consist of two elements: (1) A description of the vendors� understanding of the work to be performed as described in the Statement of Work. �The description should demonstrate an understanding of the requirement and include a plan for satisfying the Government�s minimum needs. �The description should outline the actual work as specifically as possible. (2) Past Performance: �The vendor shall document past performance and experience working with projects similar to the one described in the SOW. �Documentation shall include relevant contract numbers, a brief description of the scope and magnitude of the work, information pertaining to when the work was completed, and a customer POC with contact information. Past performance and experience should demonstrate relevancy to the solicited projects, and document customer satisfaction and quality level achieved on prior projects. � � � � Total Page Limit for Volume I: Five (5) pages. Volume II � Pricing: By way of a fully executed/signed (including Section B) SF-1442, a firm fixed price quotation shall be provided for this requirement. Additional pricing information may be requested and/or provided separately as necessary. The Contractor is responsible for providing adequate documentation to enable a thorough evaluation of the offer and may choose to supplement the lump sum pricing stipulated on the SF 1442 with a formal quote and/or price breakdown on company letterhead, if desired.� *****************************************Evaluation Criteria********************* The offer will be evaluated on the basis of the following criteria: Factor 1 - Technical Acceptability - In evaluation of this factor, offers will be evaluated to ensure: 1. The Vendor possesses an adequate understanding of the work as well as a process for ensuring quality and timeliness. 2. The Government has an acceptable level of confidence that the vendor can adequately perform the work described in the SOW. Based on the Government�s evaluation of the respective vendor�s technical submission, each vendor shall be assigned an overall Technical Rating in accordance with the definitions below: Technically Acceptable: Offer meets the requirements of the solicitation and based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. Technically Unacceptable: Offer does not meet the requirements of the solicitation and/or based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Factor 2- Price Proposed price will be evaluated to determine reasonableness and completeness. The total firm-fixed price will be evaluated. *****************************************Special Instructions******************* All inquiries must be submitted no later than COB 06/21/24. �Acceptable method of quote or inquiries submission is Email to robert.moragues@dla.mil. A site visit will be held on 06/19/24 @10:00 at Defense Supply Center Richmond(DSCR) Building 59 A Bay. �In order to attend, interested parties MUST coordinate with the Project Manager, Mike O'Connor, at least 72 hours prior to the site visit.� Access to Defense Supply Center Richmond is dictated by the language at the following location:� https://www.dla.mil/Aviation/Installation/Visitors-and-ID-Office/ . � A new system was implemented on 3 January 2023 to screen visitors and contractors for installation access at DSCR. �The new system is designed to increase efficiencies, enhance the protection of personal information during the vetting process and eliminate the use of hard copy DLA Form 1815s. � The new screening system will require visitors and contractors to pre-enroll in DBIDS (Defense Biometric Identification System). �To begin the process, visitors and contractors will complete registration through the pre-enrollment website: https://dbids-global-enroll.dmdc.mil. � Upon entry of their information, visiting personnel will be provided an electronic form to download, which will have an individualized barcode and alpha numeric code. �The codes will be electronically sent to the visiting person�s sponsor. �Once in receipt of the barcode, the sponsor will email Security and Emergency Services and provide the barcode and sponsorship information. �Once the visitor/contractor is vetted and approved for installation access, Security & Emergency Services will notify the sponsor that the visitor/contractor can go to the DSCR Visitor Center to obtain his/her pass. �At the Visitor Center, the visitor provides the barcode and code provided earlier in the process and completes the credentialing process.� Coordinate site access with Mike O'Connor at 804-573-2988 or Michael.OConnor@dla.mil.� Questions are due 06/21/24 end of day. Submit questions via email to Robert.Moragues@dla.mil.� Quotes are due 07/08/24, end of day. Submit quotes via email to Robert.Moragues@dla.mil. �� The points of contact (POC) for this requirement are Contract Specialist Robert Moragues (robert.moragues@dla.mil) and Contracting Officer Brandon Jump(brandon.jump@dla.mil). Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details. Disclosure of Magnitude: The estimated dollar value for this requirement is between $500,000.00 and $750,000.00
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c0b4e0899924058833c3c57370cf92d/view)
- Place of Performance
- Address: North Chesterfield, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07089815-F 20240609/240607230112 (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 |