Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
DOCUMENT

Z -- HITC Material for Repair of Parking Lot Special Notice-this is published as a follow-on to VA119-14-Q-0405-3. - Attachment

Notice Date
9/4/2014
 
Notice Type
Attachment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA119A14Q0482
 
Response Due
9/8/2014
 
Archive Date
12/7/2014
 
Point of Contact
Maribel Fratina
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued, however RFQ VA119A-14-Q-0482 is attached for reference. This solicitation is being issued as a request for quotation (RFQ) under FAR subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This requirement is set-aside 100% for Small Business. North American Industry Classification System Code (NAICS) is 238990 - Parking lot paving and sealing, with a size standard of $14 Million. All qualified small businesses under this industry are encouraged to submit quotes. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation incorporates provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-76. DESCRIPTION OF REQUIREMENT: The Department of Veterans Affairs (VA), Office of Information & Technology (OIT) has a requirement to sealcoat the asphalt pavement of both the East and South Parking Lots, located at the Hines ITC, Building 215, 1st Avenue North of 22nd Street, Hines, Illinois 60141. The Contractor shall provide labor, material, equipment, and supervision to complete the following work in a professional manner. Areas included in this PWS are for both East and South asphalt parking lots, all asphalt road ways including dock/warehouse entrance road and asphalt dock parking area as shown on Drawing #1 SEALCOAT & PAINT. Total area is approximately 150,000 square feet. The Contractor shall verify all areas, dimension, and quantities. Failure to do so is at the Contractor's own risk. Approximately 30,000 square feet is new, installed in 2010. Work shall include, but not be limited to the following: CRACK FILLING: All cracks larger than ¼" shall be routed, cleaned, filled with hot rubber crack-fill and strike smooth. SEALCOATING: Power-sweep all asphalt to remove loose debris and dirt. Apply one coat of commercial grade coal tar emulsion with 3-4 pounds silica sand added for filler with squeegee/sponge. Add a latex additive to mix for extra strength and durability. When first coat has dried add a second coat in the same manner. RE-STRIPE /PAINTING: Re-stripe all parking lots and crosswalks as shown on Drawing #1 SEALCOAT & PAINT. Repaint two slow signs same as existing. Re-paint yellow curbs same as existing. SCHEDULING: All work shall take place on weekend(s) (Saturday and Sunday) weather permitting. The parking lot shall be ready for use by 4:30 a.m. Monday morning (by the following Monday morning after the work is done). Affected areas shall be free of all vehicles to permit work to progress smoothly. Date is to be agreeable to VA and the Contractor. The time for completion of this project will be 90 calendar days from the issuance of contract. The Contractor shall provide and comply with the requirements of the U.S. Department of Labor Wage Determination, WD 2005-2167 dated 06/19/2013, in Illinois Counties of Cook, De Kalb, Du Page, Kane, Lake, Lee. See the attached Performance Work Statement for details. The following provisions and clauses apply to this acquisition: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under any Federal Law (DEVIATION)(MAR 2012) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.219-1, Alternate I, Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-20, Warranty of Services 52.247-34, F.O.B. Destination CONTRACT LINE ITEM NUMBER (CLIN) CLIN # DescriptionQuantityUnit Unit Price Total Price 0001 Sealcoating and Repair 1 JOB Sealcoating and Repair FIRM FIXED PRICE DELIVERY OR PLACE OF PERFORMANCE INFORMATION: The Department of Veterans Affairs, Hines ITC, Building 215, 1st Avenue North of 22nd Street, Hines, Illinois 60141. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer with verified recent and relevant experience. QUOTES ARE DUE NO LATER THAN 3:00 PM, (EST), 11 September 2014. PARTIES INTERESTED IN RESPONDING TO THIS RFQ ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY and in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) to the Contract Specialist, Maribel Fratina, at Maribel.fratina@va.gov. Oral communications are not acceptable in response to this notice. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. SPECIAL INSTRUCTIONS: Quote must contain enough information to allow for adequate award consideration such as CAGE code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. Offerors are required to quote on item referenced above. Incomplete proposals will not be evaluated for consideration of award. All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation shall be sent by 8 September 2014 at 3:00 PM (EST). A question and answer (Q&A) will be posted approximately 2 days after all questions are in. OFFER DUE DATE AND TIME: 3:00 PM (EST) 11 September 2014 LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). ANTICIPATED AWARD DATE: 4 October 2014 CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by mail or email to the address below. Maribel.fratina@va.gov U.S. Department of Veterans Affairs Strategic Acquisition Center - (SAC) 321 Ballenger Center Drive, Suite 125, Frederick, MD 21703 CLAUSES AND PROVISIONS: FAR Clause 52.212-2 Evaluation - Commercial Items. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: o(i) technical; o(ii) Past Performance capability of the item offered to meet the Government requirement; o(iii) price These three Evaluation Factors shall be equal. PROVISIONS REQUIRING OFFEROR FILL IN: FAR 52.212-3 must be filled in and returned with offers if offerer does not currently have the Representations and Certifications section of their SAM.gov registration filled out. Point of Contact: Maribel Fratina, Maribel.fratina@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A14Q0482/listing.html)
 
Document(s)
Attachment
 
File Name: VA119A-14-Q-0482 VA119A-14-Q-0482.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1614135&FileName=VA119A-14-Q-0482-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1614135&FileName=VA119A-14-Q-0482-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Hines ITC, Building 215;1st Avenue North of 22nd Street;Hines, Illinois 60141
Zip Code: 60141
 
Record
SN03496024-W 20140906/140904235702-3258df483d1f269b720b238f968caa3f (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.