Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2024 SAM #8340
SPECIAL NOTICE

72 -- 72--This is a Combined Synopsis/Solicitation of Carpeting for OAP/PMD offices at Wi

Notice Date
9/25/2024 8:01:45 AM
 
Notice Type
Special Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
 
ZIP Code
45268
 
Solicitation Number
68HERC24Q0177
 
Response Due
10/2/2024 1:30:00 PM
 
Archive Date
11/14/2024
 
Point of Contact
Buechlein, Paul, Phone: (513) 487-2046
 
E-Mail Address
buechlein.paul@epa.gov
(buechlein.paul@epa.gov)
 
Description
This is a Combined Synopsis/Solicitation of Carpeting for OAP/PMD offices at William Jefferson Clinton Federal South building COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 68HERC24Q0177 Posted Date: 09/25/2024 Original Response Date: 10/02/2024 Current Response Date: 10/02/2024 Classification Code: http://www.SAM.gov Set Aside: Small Business NAICS Code: 238330, Flooring Contractors Contracting Office Address Cincinnati Acquisition Division 26 Martin Luther King Dr W Cincinnati, OH 45220 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330 � Flooring Contractors. The Cincinnati Acquisition Division, 26 Martin Luther King Dr W Cincinnati, OH 45220 is seeking to have approximately 6,128 sf of carpet tile replaced in The Office of Air and Radiation (OAR), Office of Atmosphere Program (OAP) office area located in the William Jefferson Clinton (WJC) South building 1200 Pennsylvania Avenue NW, Washington, DC, 20004. The General Services Administration (GSA) owns and operates the building. All interested companies shall provide quotation(s) for the following: Services I. Background: The Carpet tile is worn and in need of replacement. Replacement will require the lifting of furniture and tables. II. Scope/Objective: The Contractor shall provide all personnel, labor, equipment, parts, tools, materials, vehicles, transportation, supervision, and services necessary to complete the work as described. It is the supplier�s responsibility to ensure that all work meets applicable federal safety standards, OSHA requirements, state, county, and federal environmental regulations, including proper disposal of removal materials. III. Scope of Work: The Contractor is responsible for providing labor, material, and equipment required to complete the Scope of Work attached to this announcement. The contractor shall perform work to include removal of old/existing carpet tile and installation of new carpet tile. All work must include the movement of free-standing furniture (Offices, Conference Spaces, Reception areas, Training Rooms) to include jacking up or moving existing furniture systems, furniture cubicles and workstations for carpet installation. Contractor shall ensure all trash and/or waste products are removed and properly recycled or discarded. As a GSA owned building with other tenants, the Contractor shall use every precaution necessary to prevent damage to public and private property throughout the WJC-S building (loading dock, stairwells, elevators, bathrooms, hallways, etc.). Contractor has all responsibility for compliance with safety. IV. Attachments: Attachment A: Statement of Work - SOW OAP Carpet Replacement V. General Requirements, Facility Accessibility, and Safety Requirements: EPA�s normal business hours are 8:00 a.m. � 4:30 p.m. Monday through Friday excluding Federal holidays. All work shall be performed during the normal business hours unless prior approval is received from the COR. A complete list of personnel to access the site shall be provided for approval, listing personnel to the COR including all the dates that individuals will be accessing the WJC building. Personnel accessing the site require security approval and shall comply with the EPA Security Requirements. All visitors shall have Government issued photo ID when accessing the facility. Initial Safety briefing and discussion of the construction schedule be coordinated with the COR, and EPA Facilities Manager. The Contractor shall have a safety briefing with the onsite Facility/Safety Manager prior to commencement or work. VI. Acceptance Criteria: The Contractor shall comply with the requirements set forth in this Purchase Order. The COR may use various means to review the work and determine if it is acceptable to the Government. The Government will accept the work only after it fully meets all the requirements in the SOW. Any unsatisfactory inspection (defect) shall be recorded, and the Contractor shall re-perform the service at no additional cost to the government within 5 days after notification by the Contracting Officer. Any requested changes or substitutions in products, materials, equipment, and/or methods from those required by the contract Documents proposed by the Contractor shall be submitted to the Contracting Officer and COR in writing. Any government revisions to the contract Documents will be requested by the government via a change order or contract modification request. VII. Milestone and Deliverables: Submit applicable documents to the COR for review and approval. VIII. Period of Performance: All work shall be start within 7 days of award and completed within 135 days after the award. Place of Performance Address: 1200 Pennsylvania Avenue, NW, Washington, DC. Postal Code: 20004 Country: UNITED STATES Award shall be made to the offeror whose proposal, offers the Lowest Price Technically Acceptable. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: � FAR 52.212-1, �Instructions to Offerors�Commercial Items� [insert date of provision] � FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� [insert date of provision] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: � FAR 52.212-4, �Contract Terms and Conditions�Commercial Items � FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders EPA will utilize the FedConnect� web portal in administering this contract. The contractor must be registered in FedConnect� and have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� technical questions please call the FedConnect� Help Desk at (800) 899-6665 or email at fcsupport@unisonglobal.com. The following contract clauses apply to this acquisition: � FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) � FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) � FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(22)(i), (b)(27), (b)(28), (b)(29), (b)(30)(i), (b)(35)(i),(b)(36) (b)(44), (b)(48), (b)(51), (b)(58) � Local Clauses EPA-H-42-102, Utilization of FedConnect for Contract Administration All responsible offers shall be sent electronically, reference the solicitation number 68HERC24Q0177 to Paul Buechlein, Contract Specialist, EPA Cincinnati Acquisition Division, 26 Martin Luther King Dr W, Cincinnati, OH 45220 buechlein.paul@epa.gov This opportunity is set aside for small business concerns. The combined synopsis/solicitation for equipment as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than October 2, 2024, at 4:30 PM EDT to buechlein.paul@epa.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed offers will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Paul Buechlein, buechlein.paul@epa.gov. No questions will be received after Sep 27, 2024. Point of Contact Paul Buechlein Contract Specialist buechlein.paul@epa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2f157a8e570411093cbb27399f459b8/view)
 
Record
SN07224357-F 20240927/240925230117 (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.