SOLICITATION NOTICE
Z -- 3000sq ft Non –Slip Flooring for barn floor at NY Import Center - Davis-Bacon Wage Det
- Notice Date
- 5/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-11-0068
- Archive Date
- 6/23/2011
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1442 AG-6395-S-11-0068 Statement of Work Davis Bacon Wage Det PART I - The Schedule A. Solicitation SF 1442 B. Prices/costs Item Description Quantity Unit Total 01 Provide a nonslip floor surface for 1 Job tiny_mce_marker__________ equine housing and movement areas (loading and unloading). Area is approximately 3000 square feet. Floor should have warranty that it is free of defects for one year and that the products meet the stated specifications. Section C - Description/Specifications C.1 Contract Project: 1.1 Title: Provide a nonslip floor surface for equine housing and movement areas (loading and unloading). Area is approximately 3000 square feet. Floor should have warranty that it is free of defects for one year and products must meet the stated specifications. 1.2 Location USDA/APHIS/VS/New York Animal Import 474 International Blvd Rock Tavern, NY 12575 1.3 Project Background: nonslip floor surface for equine housing is needed in movement areas (loading and unloading). Area is approximately 3000 square feet. Floor should have warranty that it is free of defects for one year and products must meet the stated specifications. This area will be vacated, current indoor/outdoor carpet removed and area cleaned by owner. Work to be completed start to finish in a three week window. 1.4 Project Description: The work consists of: 1.) All transitions (doorways and stall entrances will be concrete saw cut) and the new surface molded in to the saw cut to promote water flow for constant washing conditions. 2.) Sub base preparations will be the process of grinding/scarifying to clean sufficiently for adherence of new surface to be applied. 3.) The flooring system will be a six step process with the following components. A.) Basemat 9 millimeters in thickness in roll width of fifty-nine inches made out of recycled rubber and bound with an environmentally safe polyuethane binder.The basemat to be treated to resist most types of microbes,oils,and fungi. B.)Base mat fortifier shall be a two component polyurethane compound applied at the rate of 0.25 lbs. per square foot. C.)Base mat sealer shall be a two component polyurethane compound applied at the rate of 0.28 lbs. per square foot. D.)Fiber webbing shall be Leukenhaus fiber mesh applied from 1.7 meter by 60 meter rolls. E.)Wear coat shall be a two component self leveling polyurethane compound applied at the rate of 0.50 lbs. per square foot. F.)Color finish selected by owner shall be a two component polyurethane varnish applied at the rate of 0.06 lbs. per square foot, with 1.5 quarts of pumice added per 22 lb. unit. 4.) Installation process consists of the following. A.)All two component polyurethane compounds must be power mixed for at least five minutes before application. B.)Mat shall be rolled out by an installation cart. Seams shall not be butted tight and must not be buckled. A gap of 1/2 to 3/4 inch will be left between the mat and the walls, drains and any other permanent floor fixtures. C.) Fortifier will be applied using a flat squeegee. After surface is properly cured floor to be inspected for any imperfections. Imperfections will be sanded using a palm sander with 100 grit sand paper or finer. Floor will be vacuumed and or dust mopped. D.)Sealer is to be applied by using a straight trowel. The sealer is to be applied in three layers. The second layer will receive a fiberglass mesh "scrim coat" to insure dimensional stability. All seams and gaps are to be filled. Each layer is to be properly cured and inspected for any open spots. Any ridges are to be ground down with a circular grinder with sandpaper. Vacuum or dust mopping is to be done after grinding. E.)Wear coat to be applied using a notched squeegee. Material is to be applied in wet-in-wet method. Surface should be entirely cured and if necessary, any imperfections will be ground down with150 grit or finer sandpaper. After sanding the floor will be vacuumed or dust mopped. F.) Color finish to be applied with a flat trowel and back rolled with a lamb's wool roller. Surface to be cured sufficiently before use. SECTION D - Packaging and Marking No clauses are included in this section Section E - Inspection and Acceptance E.1 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.arnet.gov/far (End of clause) I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 52.246-12 Inspection of Construction APR 1996 E.2 452.246-70 Inspection and Acceptance. (FEB 1988) (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance will be performed at: USDA/APHIS/VS/New York Animal Import 474 International Blvd Rock Tavern, NY 12575 Section F - Deliveries or Performance F.1 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.arnet.gov/far (End of clause) I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 52.242-14 SUSPENSION OF WORK APR 1984 F.2 52.211-10 Commencement, Prosecution, and Completion of Work. (April 1984) As prescribed in 11.404(b), insert the following clause in solicitations and contracts when a fixed-price construction contract is contemplated. The clause may be changed to accommodate the issuance of orders under indefinite-delivery contracts for construction. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 7 calendar days after award, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 3 weeks after start of project. The time stated for completion shall include final cleanup of the premises. (End of clause) Section G - Contract Administration G.1 Primary Contracting Officer's Representative (COR) Thomas W. Smith Facilities Operations Specialist USDA APHIS VS NY Animal Import Center 474 International Boulevard Rock Tavern, NY 12575 Phone 845-564-2950 Fax 845-564-1075 Section H - Special Contract Requirements H.1 52.236-14 Availability and Use of Utility Services. (APR 1984) (a) The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. (b) The Contractor, at its expense and in a workmanlike manner satisfactory to the Contracting Officer, shall install and maintain all necessary temporary connections and distribution lines, and all meters required to measure the amount of each utility used for the purpose of determining charges. Before final acceptance of the work by the Government, the Contractor shall remove all the temporary connections, distribution lines, meters, and associated paraphernalia. Electricity and water shall be available at the facility. Contractor is required to conserve utilities H.2 452.228-71 Insurance Coverage. (NOV 1996) -- Alternate I (NOV 1996) Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. (b) General Liability. (1) The Contractor shall have bodily injury liability coverage written on a comprehensive form of policy of at least $500,000 per occurrence. (2) The Contractor shall have property damage liability insurance required in the amount of $1,000,000.00 per occurrence. (c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. PART II - CONTRACT CLAUSES Section I - Contract Clauses I.1 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): http://www.arnet.gov/far (End of provision) l.2 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.arnet.gov/far (End of clause) I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE/DATE 52.204-2 Security Requirements. Alternate II (APR 1996) 52.204-7 Central Contractor Registration. (JUL 2006) 52.204-9 Personal Identity Verification of Contractor Personnel. (JAN 2007) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (SEP 2006) 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) (Jan 2011) 52.215-8 Order of Precedence- Uniform Contract Format. (OCT 1997) 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post-Award Small Business Program Rerepresentation (JUNE 2007) 52.222-6 Davis-Bacon Act. (JUL 2005) 52.222-7 Withholding of Funds. (FEB 1988) 52.222-8 Payrolls and Basic Records. (FEB 1988) 52.222-9 Apprentices and Trainees. (JUL 2005) 52.222-10 Compliance with Copeland Act Requirements. (FEB 1988) 52.222-11 Subcontracts (Labor Standards). (JUL 2005) 52.222-12 Contract Termination - Debarment. (FEB 1988) 52.222-13 Compliance with Davis-Bacon and Related Act Regulations. (FEB 1988) 52.222-14 Disputes Concerning Labor Standards. (FEB 1988) 52.222-15 Certification of Eligibility. (FEB 1988) 52.222-27 Affirmative Action Compliance Requirements for Construction. (FEB 1999) 52.222-36 Affirmative Action for Workers with Disabilities. (JUN 1998) 52.223-2 Affirmative Procurement of Bio-based Products Under Service And Construction Contracts (DEC 2007) 52.223-5 Pollution Prevention and Right-to-Know Information. (AUG 2003) -- Alternate I (Aug 2003) 52.223-6 Drug-Free Workplace. (MAY 2001) 52.225-9 Buy American Act-Constructions Materials (FEB 2009) 52.227-1 Authorization and Consent. (DEC 2007) 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (DEC 2007) 52.228-5 Insurance - Work on a Government Installation. (JAN 1997) 52.228-15 Performance and Payment Bonds-Construction. 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments). (APR 2003) 52.232-5 Payments under Fixed-Price Construction Contracts. (SEP 2002) 52.232-23 Assignment of Claims. (JAN 1986) 52.232-27 Prompt Payment For Construction Contracts. (SEP 2005) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. (OCT 2003) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.236-2 Differing Site Conditions. (APR 1984) 52.236-3 Site Investigation and Conditions Affecting the Work. (APR 1984) 52.236-5 Material and Workmanship. (APR 1984) 52.236-6 Superintendence by the Contractor. (APR 1984) 52.236-7 Permits and Responsibilities. (NOV 1991) 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. (APR 1984) 52.236-10 Operations and Storage Areas. (APR 1984) 52.236-11 Use and Possession Prior to Completion. (APR 1984) 52.236-12 Cleaning Up. (APR 1984) 52.236-13 Accident Prevention. (NOV 1991) 52.243-5 Changes and Changed Conditions (JUN 2007) 52.246-21 Warranty of Construction. (MAR 1994) 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) (APR 1984) 52.249-10 Default (Fixed-Price Construction). (APR 1984) PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS Section J - List of Attachments ATTACHMENT TITLE NO. OF NO. PAGES 1 Davis Bacon wage rates 7 2 Specifications and Procedures for 2 nonslip floor surface PART IV - Representations and Instructions 52.204-8 Annual Representations and Certifications. ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2011) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 238330 - Flooring Contractors (2) The small business size standard is $14Mil. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the clause at 52.204-7, Central Contractor Registration. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vi) 52.214-14, Place of Performance-Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (viii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (ix) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (x) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xi) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xiv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvi) 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $67,826, the provision with its Alternate II applies. (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification. This provision applies to all solicitations. (xix) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification. This provision applies to all solicitations. (xx) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to- (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] __ (i) 52.219-22, Small Disadvantaged Business Status. __ (A) Basic. __ (B) Alternate I. __ (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. __ (iii) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. __ (iv) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification. __ (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). __ (vi) 52.223-13, Certification of Toxic Chemical Release Reporting. __ (vii) 52.227-6, Royalty Information. __ (A) Basic. __(B) Alternate I. __ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR CLAUSE # TITLE DATE CHANGE ____________ _________ _____ _______ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of provision) Section L - Instructions, Conditions and Notices to Offerors L.1 52.252-1 Solicitation Provisions Incorporated by Reference (FED 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): http://www.arnet/gov/far (End of provision) 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency. (Apr 1991) 52.215-1 Instructions to Offerors - Competitive Acquisition. (JAN 2004) L.2 52.222-5 Davis-Bacon Act-Secondary Site of the Work (JUL 2005) (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Davis-Bacon Act, of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work. (End of Provision) L.3 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for Minority Participation for Each Trade Goals for Female Participation for Each Trade 17% 6.9% These goals are applicable to all of the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction,'' and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the -- (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is Miami, Florida, Miami-Dade County. (End of Provision) L.4 52.236-27 Site Visit (Construction) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Thomas W. Smith 845-564-2950 Facilities Operations Specialist USDA APHIS VS NY Animal Import Center 474 International Boulevard Rock Tavern, NY 12575 Phone 845-564-2950 Fax 845-564-1075 (End of Provision) 52.232-13 Notice of Progress Payments. (APR 1984) 52.232-38 Submission of Electronic Funds Transfer Information with Offer (MAY 1999) 52.215-1 Instructions to Offerors - Competitive Acquisition (JAN 2004)Alternate I (OCT 1997) L.5 52.216-1 Type of Contract. (APR 1984) The Government contemplates award of a firm fixed price construction contract resulting from this solicitation. (End of provision) L.6 52.225-10 Notice of Buy American Act Requirement - Construction Materials. (FEB 2009) - Alternate I (MAY 2002) (a) Definitions. Construction material, domestic construction material, and foreign construction material, as used in this provision, are defined in the clause of this solicitation entitled Buy American Act - Construction Materials (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American Act shall submit the request with its offer, including the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested - (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations. (e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference. L.7 52.233-2 Service of Protest. (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Joanne Mann. USDA, APHIS, MRPBS, ASD 100 North 6th Street Minneapolis, MN 55403 The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. L.8 52.236-27 Site Visit (Construction). (FEB 1995) Alternate I (Feb 1995). (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. L.9 AGAR 452.204-70 Inquiries. (FEB 1988) Inquiries and all correspondence concerning this solicitation should be submitted by email to the Contracting Officer, Joanne.Mann@aphis.usda.gov. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award. L.10 452.215-72 Amendments to Proposals. (FEB 1988) Any changes to a proposal made by the offeror after its initial submittal shall be accomplished by replacement pages. Changes from the original page shall be indicated on the outside margin by vertical lines adjacent to the change. The offeror shall include the date of the amendment on the lower right corner of the changed pages. L.11 Additional Information to Offeror The Government reserves the right to conduct discussions if the Contracting Officer determines them necessary. L.12 AGAR 452.237-73 Equipment Inspection Visit (FEB 1988) Offerors are urged and expected to inspect the equipment on which maintenance or repairs are to be performed and to satisfy themselves regarding all conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the equipment constitute grounds for a claim after contract award. L.13 PROPOSAL PREPARATION Interested contractors are to submit technical proposals which clearly demonstrate competence in the area of nonslip floor surface according to specs listed in the evaluation criteria. Project literature as well as a customer contact points shall be provided so the information can be verified. Interested contractors should ensure that any information that they wish to have considered for evaluation is included with their proposals. Information should be limited to 10 pages or less, standard letter size. Contractors shall be registered in the CCR by the proposal due date. If an apparently successful offeror is not registered by the date award is ready to be made after proposal evaluations, the Contracting Officer may award to the next eligible awardee who meets the registration requirements in accordance with FAR 4.11. L.14 Instructions for Submitting Proposals 1. Completed and signed copy of SF1442 (first two pages of this solicitation). 2. Offers will be accepted e-mail Fax, or mail. Please e-mail to: Carol.Dingess@aphis.usda.gov or Fax to: 612-336-3550 Mailing address for proposals is as follows: USDA, APHIS, MRPBS, ASD, Contracting Team Attn: Carol Dingess Butler Square, 5th Floor 100 North Sixth Street Minneapolis, MN 55403 3. The Representations and Certifications, Section K, OR proof of the Online Representations and Certifications (ORCA) found at the website: https://orca.bpn.gov/ 4. Provide references for five (5) site jobs where nonslip floor surface for equine housing applied according to the stated specifications have been provided. 5. List equipment which shall be used in this application, how long you have had the equipment, or the age of the application equipment. Section M - Evaluation Factors for Award M.1 EVALUATION CRITERIA (1) Experience - Contractor will be evaluated on previous experience in application of nonslip floor surface for equine housing applied according to the stated specifications. Contractor shall submit the qualifications of the nonslip floor surface application operator with details as to experience, number of successful application jobs; training, certification and any association with the Development of this process. (2) Past Performance - Past performance will be utilized to evaluate the Contractor and will not necessarily be limited to the references provided. Provide references for the nonslip floor surface, as per Instructions above. (3) Price RELATIVE WEIGHTS OF THE EVALUATION CRITERIA Experience and Past Performance are more important than cost. However price will also be evaluated. This is a best value procurement. The Government will award the contract under the best value trade-off process, which allows the Government to award to other than the lowest priced offeror or other than the highest technically rated offeror. The Government reserves the right to make an award to the source whose proposal offers the best value to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0068/listing.html)
- Place of Performance
- Address: USDA/APHIS/VS/New York Animal Import, 474 International Blvd, Rock Tavern, New York, 12575, United States
- Zip Code: 12575
- Zip Code: 12575
- Record
- SN02451009-W 20110520/110518234715-d38b49babda20e52554366be8e85239f (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 |