Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
AWARD

56 -- Roofing Materials

Notice Date
10/2/2012
 
Notice Type
Award Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV12T0036
 
Response Due
9/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
Kerry Williams, 508-968-4978
 
E-Mail Address
102 IW/MSC
(kerry.williams@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912SV-12-P-0304
 
Award Date
9/25/2012
 
Awardee
NATIONAL BUILDING CONTRACTORS, INC. (185375466) <br> 2151 OLD COVINGTON HWY<br> CONYERS, GA 30012-4952
 
Award Amount
$9,023.18
 
Line Number
0001-0004
 
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. The solicitation number assigned to this announcement is W912SV-12-T-0036. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 102d Intelligence Wing, Contracting Office, 156 Reilly Street - Box 8, Otis Air National Guard Base, Massachusetts 02542-1330. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 238160 and small business; size standard is $14 Million. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-60 effective 26 July 2012 and DFARS Publication Notice 20120724 effective 24 July 2012. SPECIFICATIONS: The RFQ shall be for roofing materials to install on a 3,000 square foot flat roof building with an existing built-up asphalt tar and gravel roof. The quote shall include all materials in addition to the base primer and the surface material including but not limited to system compatible reinforcement materials, cleaning or pretreatment materials, etc. required to provide a complete and thorough installation. Requesting Organization's Civil Engineering will complete the installation. The vendor shall assume a minimum of 25% of the total area as penetrations or damages areas in need of repair. Meaning some manufactured products require extra preparation of the existing surface such as reinforcement of seams, penetrations, etc. prior to installation. Typically these areas require the installation of additional products along with some other reinforcement materials. What we are asking for is that the vendors include these additional materials and additional products in their quote assuming that 25% of the roof surface needs this preparation. Typically these additional items are required based upon the manufacturer's installation requirements to install over a specific existing roof while maintaining the required warranty. If a manufacturer's product does not require any additional products and is just a primer and top coat application no matter what the existing condition of the roof surface is, then the vendor can disregard this direction. Typically these additional items are required based upon the manufacturer's installation requirements to install over a specific existing roof while maintaining the required warranty. PLEASE PROVIDE BRAND NAME OR EQUAL FOR THE FOLLOWING: 1. Base Primer: Safe-T-Kote Primer TG; Size: 5 Gallon; Quantity: TBD by vendor. 2. Surface Material: Safe-T-Plex 520; Size: 5 Gallon; Quantity: TBD by vendor. The proposed Brand Name or Equal products must possess the following REQUIRED SALIENT FEATURES: 1. Product must be able to be installed over an existing tar and gravel roof with minimal preparation. Minimal preparation shall include cleaning of existing roof and utilizing reinforcement materials to repair existing damage that may affect product performance or warranty. Product must have a minimum 5-year guarantee against failure when installed in accordance with recommendations, specifications and requirements. 2. Product must resist hail, foot traffic, etc. and shall be a water based, non-flammable, voc compliant product and fungi resistant. 3. Product must meet or exceed the following material properties: a. Tensile Strength: 378 lb/in at 23 degrees Celsius. b. Elongation: 400% at 25 degrees Celsius at break. c. Flexibility: 1/2" mandrel bend at -26 degrees Celsius. 4. Product must meet or exceed energy star and LEED requirements for reflectivity and emissivity. 5. The vendor must provide documentation demonstrating compliance with the required salient features and shall include all recommendations, specifications and requirements for the installation of the product over a built-up asphalt tar and gravel roof. Installation to be performed by Requesting Organization Civil Engineering. 6. All accessory products quoted, i.e. reinforcement materials, cleaning or pretreatment materials, etc. shall be from the same manufacturer or shall be recommended by the manufacturer for use with their product. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and will be made on the basis of lowest price, technically acceptable. The quote must meet all requirements listed under Specifications to include the required Essential Salient Features listed as this will be the criteria used to conduct a technical evaluation for all submitted offers. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code or to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov. Vendor must not be debarred, suspended, proposed for debarment, excluded or disqualified under the non-procurement common rule, or otherwise declared ineligible from receiving Federal contracts, certain subcontracts, and certain Federal assistance and benefits. The Government will perform a check on the Excluded Parties List Systems (EPLS) at https://www.epls.gov/epls/search.do. All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full force in any resultant contract. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. 1) FAR 52.204-7 Central Contractor Registration 2) FAR 52.212-1 - Instructions to Offerors--Commercial Items (FULL TEXT) 3) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (FULL TEXT; Attached) 4) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (FULL TEXT) 5) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FULL TEXT). The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a) FAR 52.219-6 - Notice of Total Small Business Set-Aside b) FAR 52.219-28 - Post Award Small Business Program Representation c) FAR 52.222-3 - Convict Labor d) FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies e) FAR 52.222-21 - Prohibition of Segregated Facilities f) FAR 52.222-26 - Equal Opportunity g) FAR 52.222-36 - Affirmative Action for Workers with Disabilities h) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving i) FAR 52.225-1 - Buy American Act - Supplies j) FAR 52.225-3 ALT I - Buy American Act--Free Trade Agreements--Israeli Trade Act k) FAR 52.222-50 - Combating Trafficking in Persons l) FAR 52.225-13 - Restrictions on Certain Foreign Purchases m) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration 6) FAR 52.214-31 - Facsimile Bids (FULL TEXT) 7) FAR 52.214-34 - Submission Of Offers In The English Language 8) FAR 52.214-35 - Submission Of Offers In U.S. Currency 9) FAR 52.219-1 - Small Business Program Representations (FULL TEXT) 10) FAR 52.222-22 - Previous Contracts And Compliance Reports 11) FAR 52.232-8 - Discounts for Prompt Payment 12) FAR 52.232-23 - Assignment of Claims 13) FAR 52.233-1 - Disputes 14) FAR 52.233-4 - Applicable Law for Breach of Contract Claim 15) FAR 52.243-1 - Changes--Fixed Price 16) FAR 52.246-1 - Contractor Inspection Requirements 17) FAR 52.249-1 - Termination For Convenience Of The Government (Fixed Price) (Short Form) 18) FAR 52.252-1 - Solicitation Provisions Incorporated By Reference (FULL TEXT) 19) FAR 52.252-2 - Clauses Incorporated by Reference (FULL TEXT) 20) DFARS 252.203-7000 - Requirements relating to Compensation of Former DoD Officials 21) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 22) DFARS 252.204-7003 - Control Of Government Personnel Work Product 23) DFARS 252.204-7004 - Central Contractor Registration, Alternate A 24) DFARS 252.204-7006 - Billing Instructions 25) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FULL TEXT). The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: a) DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials b) DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports c) DFARS 252.247-7023 ALT III - Transportation of Supplies by Sea - Alternate III 26) DFARS 252.225-7031 - Secondary Arab Boycott Of Israel 27) DFARS 252.232-7010 - Levies on Contract Payments 28) DFARS 252.243-7001 - Pricing Of Contract Modification The request for quote is due NLT 11:00 AM EST on 17 SEP 2012. Quotes must be e-mailed to kerry.williams@ang.af.mil or faxed to 508-968-4979. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and are submitted no later than the date and time specified. All questions must be submitted in writing to kerry.williams@ang.af.mil. Quotes must include unit cost, total cost, and total with applicable government discount, warranty information, and technical specification for each product offered. Offeror must provide Company name, Address, Phone number, Fax number, Email address, Cage Code, Business size, Payment Terms, DUNS Number, and Federal Tax ID. Offeror must have completed Representations and Certifications in accordance with FAR 52.212-3 through SAM (formally known as ORCA) or by completing paragraphs (c) through (o) of FAR 52.213-3 Offeror Representations and Certifications - Commercial Items (ATTACHED). Failure to provide all requested information per this announcement may cause your offer to be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV12T0036/listing.html)
 
Record
SN02906709-W 20121004/121002234847-19e7f3b55090ecb0b53360a8c831903d (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.