SOLICITATION NOTICE
Z -- Painting of interior office space
- Notice Date
- 6/1/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785407Q0517
- Response Due
- 6/22/2007
- Archive Date
- 12/30/2007
- Description
- 1. P!! 2. 060107!! 3. 2007!! 4. GPOUSMCSYSC!! 5. 22134-6050!! 6. Z!! 7. Commander, Marine Corps Systems Command, CT02B, 2203 Sherwood Drive, Quantico, VA 22312-6050!! 8. Z - Painting of interior office space!! 9. M67854-07-Q-0517!! 10. 062207!! 11. Laura E. Caracciolo, Contract Specialist, CT02B, 703-432-4925!! 12. M67854-07-Q-0517!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. This is a combined synopsis/solicitation for commercial items in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation M67854-07-Q-0517 is issued hereto as a request for quotation. The Contractor will be required to provide interior painting, which includes remove wallcoverings, treating water damage on interior walls at several locations, maintenance repairs and preparations associated with painting and remove existing glaze and reglaze of multiple sets of windows. The contractor will provide all labor, materials, equipment, tools, transportation, supervision, safety, engineering and management necessary to perform all work described in the specification. The contractor will dispose of all excess materials and trash as a result of painting the building. Contractor will ensure the utmost care is taken to avoid damage to any Government property during execution of the contract. Contractor will purchase and use Olympic "FastHide" interior Latex Flat, Dover White "No. 113" paint for use on all walls except the restroom. Restroom shall be painted using Benjamin Moore Ready-Mix "Atrium White" in egg-shell or semi-gloss finish. Place of performance will be at Building 3228B, 2nd floor which is located at Hospital Point, Quantico, VA. Total size of the building is approximately 4600 square feet of wall surface and a 9 foot ceiling which is 2200 square feet. There will be a mandatory preproposal conference and site visit on Wednesday, 13 June 2007. Vendors who do not attend, will be considered non responsive and noted as ineligible for award. The period of performance shall be 02 July 2007 thru 13 August 2007. All work shall be performed in accordance with the requirements specified herein and all appli cable federal, state and local laws, regulation, permit, codes, directives and many applicable safety requirements (OHSA 1926.435 and ANSI I-14.I & 92.2). The contract will incorporate wage determination general decision number VA 070052 dated 11 May 2007 for all painters. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006) is hereby incorporated by reference. 52.212-3, Offer Representations and Certifications-Commercial Items (JUN 2006), Alternate I (APR 2002) is incorporated by reference. Offerors are reminded to include a completed copy of the provision at FAR 52.204-8, Annual Representations and Certifications (JAN 2006), and submit it with the offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items SEP 2005), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2006) is hereby incorporated by refere nce. FAR Clause 52.222-6, Davis-Bacon Act (JUL 2005), is hereby incor porated by reference. DFARS Clause 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) and DFARS clause 252.243-7002, Requests for Equitable Adjustment (MAR 1998) is incorporated by reference. FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (SEP 2005); FAR 52.246-2, Inspection of Supplies - Fixed-Price (AUG 1996); FAR 52.204-7, Central Contractor Registration (JUL 2006) and DFARS 252.204-7004, Alt. A (NOV 2003). Full text of the referenced clauses and provisions may be accessed on-line at http://farsite.hill.af.mil. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial s ale, provided such warranty is available at no cost to the Government. The resulting contract will be firm-fixed price. All quotes shall include the following information: Company's complete mailing address, discounts for prompt payment, if any (e.g. 1% 10 days), CAGE Code, Dun & Bradstreet number and Taxpayer ID number. The Government intends to make a single award on the basis of best value to the responsible offeror whose offer is the most advantageous to the Government considering technical capability and price. The successful contractor shall be required to invoice through the Wide Area Work Flow (WAWF) DFARS 252.232-7004 system at https://wawf.eb.mil. More information regarding WAWF will be provided upon contract award. The contractor must have current registration through Central Contractor Registration (CCR), http://www.ccr.gov to be eligible for award. All offers shall be submitted electronically to Laura.Caracciolo@usmc.mil. No facsimile proposals will be accepted. Proposals are due no later than 4:00 p.m., Daylight Saving Time on 22 June 2007. Questions may be submitted electronically to Laura.Caracciolo@usmc.mil. NO TELEPHONE CALLS WILL BE EXCEPTED. A text copy of this announcement may be viewed at www.neco.navy.mil. It is the offeror's responsibility to check this web site for all in formation related to this procurement. All requests for hard copies of this solicitation will be disregarded. Place of performance is Quantico, Virginia. See note 1. All responsible sources may submit a proposal which, if received in a timely manner, shall be considered by the agency!!
- Record
- SN01308775-W 20070603/070604110303 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |