Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

Z -- Application of an epoxy floor covering on Fort Bragg, NC.

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708T0040
 
Response Due
4/17/2008
 
Archive Date
6/16/2008
 
Point of Contact
Heather Clifton, 910-907-4748
 
E-Mail Address
Email your questions to ACA, Fort Bragg
(heather.clifton@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation number is W9124708T0040, and is issued as a Request for Quotation (RFQ). The DOL, Material Maintenance Division is seeking proposals for a Firm Fixed Price contract for the application of an epoxy floor covering on Fort Bragg, NC. This RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-24, effective February 28, 2008. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 238330 with small business standard of $13 million or less annual gross revenue. This requirement is to apply epoxy flooring over an 11,200 square feet asphalt area located with in the Material Maintenance Division (MMD) compound. The covering must be a minimum of ? inch thick with the inner walls having build up to prevent water and other liquids from entering structure from the outside. Multiple trowel coats will be required t o obtain the minimum thickness of ? inches. A protective clear harden urethane should be mixed with the epoxy coating, two seal costs are required, and the texture shall be orange peel and color gray. Prior to application, the area shall be cleaned of al l sand, oil and any other substance that will prevent epoxy adherence to asphalt. The substrate (asphalt) must be prepared by the contractor to allow proper consistent adhesive of the epoxy coating. The contractor is required to prepare the asphalt in ac cordance with the epoxy Manufacturers Guidance for Application. The completed epoxy flooring shall support the maximum vehicle/equipment weight of 85,000 pounds without cracking or breaking. A flexkrete system for the epoxy flooring is requested for env ironmental and safety reasons. In performing maintenance and repairs on equipment, oil, grease, solvent, etc will get on the flooring; with high probability of saturating through the asphalt to the earth (ground), polluting the soil, causing environmental and safety issues. The heavy weight of equipment being repaired can cause breakdown of the standard epoxy coating. The flexkrete system is capable of withstanding extreme abuse without breaking apart or popping out. Parts and labor is to be warranted f or one year. This warranty period will be established at the time of acceptance by the Government. The installer will be responsible for all labor, parts, equipment, etc. required to apply the covering. Application of the epoxy flooring will take place at the Material Maintenance Division, Sprung Structure located East of Building Y5015 and North of Building Y5820, Knox Street, Fort Bragg, N.C. and shall begin on or before 30 April 2008. The following provisions and clauses apply to this solicit ation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.237-1, Site Visit; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.212-2, Evaluation-Commercial Items. (a) The Go vernment will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., delivery , and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the ti me for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration ti me, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of FAR 52.212-3, Offeror Repres entations and Certifications-Commercial Items. FAR 52.000-4005, Invoices (See paragraph (a) below); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Or Executive Orders-Commercial Items; 52.204-7, C entral Contractor Registration Alternate A, FAR 52.252-2, Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil); DFARS 252.204-7004, Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and conditions Re quired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7002, Qualifying Country Sources. (a) FAR 52.000-4005, Invoices. Electronic invoicing is mandatory in accordance with DFARS 252.2 32-7003. The Contractor shall submit payment request using the following electronic method: Wide Area Workflow-Receipt and Acceptance (WAWF-RA) https://wawf.eb.mil. Contractor invoices shall reflect the contract line items (CLINs) contained in the cont ract. Failure to submit invoices as instructed herein may result in delay of payment. Go to http://wawftraining.com for an interactive-self-paced training session, to learn how to electronically submit invoices. The Government will pay the contractor upo n submission of proper invoices. Proper invoices must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. Applicable clauses under FAR 52.212-5: 52.219-6, Notice of Total Small Busines s Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of segregated facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity fo r Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment be Electronic Funds Transfer  Central Contractor Registration; 52.232-36, Payment by Third Party; 52.222-41, Service contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. Applicable clauses under D FARS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program. ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collectio n site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web addre ss: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9 ) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requi ring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, countr y, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by co untry). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of ea ch government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. APPLICABLE WAGE DETERMIN ATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 6) dated 3/19/2008. A copy of this Wage Determination can be found at http://www.wdol.gov. STATEMENT OF EQU IVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS S TATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: Code 23130 Carpenter, Maintenance $17.05 WG 9 Step 2 $18.77 SITE VISIT ARRANGEMENTS. A site visit can be arranged to inspect the site where the epoxy floorin g is to be installed by contacting Heather Clifton at (910) 907-4748, or by e-mail at heather.clifton@us.army.mil, between the hours of 9:00 a.m. and 3:00 p.m. local standard time Monday thru Friday. Anyone wishing to visit the site should make arrangemen ts prior to Monday, April 14, 2008. Quote submission shall be forwarded by Thursday, April 17, 2008, 3:00 p.m. local standard time using either facsimile at (910) 396-5603, e-mail at heather.clifton@us.army.mil, or mail to Directorate of Contracting , Bldg. 1-1333 Macomb & Armistead, Fort Bragg, NC 28310-5000.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01541017-W 20080327/080325225125 (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 |
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.