Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOLICITATION NOTICE

Z -- Wall Construction

Notice Date
5/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-15-T-0006
 
Response Due
6/12/2015
 
Archive Date
7/26/2015
 
Point of Contact
Jeanene Gerstenkorn, 719-554-8448
 
E-Mail Address
U.S. Army Strategic Command
(jeanene.m.gerstenkorn.civ@mail.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 is issued as Request for Quote (RFQ) Number W91260-15-T-0006 and is 100% set-aside to small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. NAICS number is 236220. Business size standard is $36.5 million. Description: Wall Construction. Contract Line Item Number (CLIN) 0001 - WALL CONSTRUCTION: The contractor shall provide all labor, parts, tools, materials, equipment, transportation, sub-contractors, supervision, management, coordination, permits, fees and engineering support to construct a new ~44' L x ~12' H wall in Room 225 of Brigade leased facility at 1555 North Newport Road, in accordance with (IAW) the attached Requirements Document. Offerors shall structure their quote to include a price for all items as listed and described in/for CLIN 0001 above. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Contract will be awarded as a firm-fixed-price contract. DOL Davis-Bacon Act Wages will apply to this requirement. See DOL Davis-Bacon Act Wage Determination attachment. Site Visit: A mandatory site visit walk-through at 1555 North Newport Road, Colorado Springs, CO 80916, is scheduled to be held on Wednesday, June 3, 2015, at 10:00 a.m. (Mountain Time). Offerors who will attend the mandatory site visit must contact Jeanene Gerstenkorn at Jeanene.M.Gerstenkorn.civ@mail.mil or (719)-554-8448 no later than 3:00 p.m. (Mountain Time) on Tuesday, June 2, 2015, to make arrangements to attend the mandatory site visit. The meeting location for the site visit is the main entrance lobby at 1555 North Newport Road, Colorado Springs, CO 80916. Quotes are due Friday, June 12, 2015, no later than (NLT) 3:00 p.m. (Mountain Time). Please e-mail to Jeanene.M.Gerstenkorn.civ@mail.mil or fax to Jeanene Gerstenkorn at 719-554-8442. QUOTE PREPARATION INSTRUCTIONS: The offeror shall clearly demonstrate how the products, materials, or items and installation work or services proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offerors that offer products or services against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. The Government will only consider the information provided in the offeror's quote. Award will be made without discussion; therefore, each offeror is encouraged to submit their best terms with their quote. Offerors need to ensure they provide a price for Contract Line Item Number (CLIN) 0001. The offeror must submit their proposed basic installation plan and schedule along with their quote. The installation plan and schedule, at a minimum, must address time and efforts related to ordering materials and delivery lead times for materials, rental of equipment, delivery of materials and equipment to site, installation of equipment on site, and final test and closeout. The offeror's quote must include a detailed summary of what exactly the offeror plans to do as part of the project for each design and construction discipline (architectural, electrical, mechanical, plumbing, fire detection, fire alarm, fire protection, etc.) and not simply state quote mark as required quote mark. The offeror's quote must include an itemized list of materials, equipment and supplies proposed to be used for the project and must include a breakdown of labor hours proposed by trade, i.e. journeyman electrician, electrician apprentice, laborer, etc. The offeror's quote must also specify who will do the work, i.e. self-performance or subcontract to another contractor and ensure that all work proposed is to be done in accordance with (IAW) federal, state, local codes and industry standards. All quotes will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate quotes: (1) Technical - technical acceptability and capability of the products, materials, or items and installation work or services offered to meet the Government requirement; (2) Delivery Schedule - an acceptable installation plan and schedule included with the offeror's quote and ability to meet the required installation delivery (completion) date for the project described in Contract Line Item Number (CLIN) - 0001, or the ability to complete the project within the required time-frame specified for the project described in CLIN 0001; and (3) Total Price, for the project described in CLIN 0001 inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation factors are listed in descending order of importance. Period of acceptance of offers - Offeror agrees to hold the prices in its quote firm for 30 days after Government receipt of quotes. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth herein for evaluation may render the quote non-responsive. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its quote or, the offeror's representations and certifications must be current in the System for Award Management (SAM) website. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation, also applies to this acquisition, along with the following additional FAR clauses: 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation, 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, 52.214-35, Submission of Offers in U.S. Currency, 52.219-6, Notice Of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-6, Construction Wage Rate Requirements, 52.222-7, Withholding of Funds, 52.222-8, Payrolls and Basic Records, 52.222-9, Apprentices and Trainees, 52.222-10, Compliance with Copeland Act Requirements, 52.222-11, Subcontracts (Labor Standards), 52.222-12, Contract Termination-Debarment, 52.222-13, Compliance With Construction Wage Rate Requirements and Related Regulations, 52.222-14, Disputes Concerning Labor Standards, 52.222-15, Certification of Eligibility, 52.222-21, Prohibition Of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction, 52.222-27, Affirmative Action Compliance Requirements for Construction, 52.223-5, Pollution Prevention and Right-to-Know Information, 52.223-6, Drug-Free Workplace, 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, 52.232-5, Payments under Fixed-Price Construction Contracts, 52.232-27, Prompt Payment for Construction Contracts, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, 52.233-1, Disputes, 52.233-4, Applicable Law for Breach of Contract Claim, 52.236-2, Differing Site Conditions, 52.236-3, Site Investigation and Conditions Affecting the Work, 52.236-5, Material and Workmanship, 52.236-7, Permits and Responsibilities, 52.236-8, Other Contracts, 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements, 52.236-12, Cleaning Up, 52.236-13, Accident Prevention, 52.236-14, Availability and Use of Utility Services, 52.236-17, Layout of Work, 52.236-26, Preconstruction Conference, 52.236-27, Site Visit (Construction) (Feb 1995) - Alternate I, 52.242-14, Suspension of Work, 52.246-12, Inspection of Construction, 52.249-1 Alt I, Termination for Convenience of the Government (Fixed-price) (Short Form) (Apr 1984) - Alternate I, 52.249-10, Default (Fixed-Price Construction), 52.252-1, Solicitation Provisions Incorporated By Reference, 52.252-2, Clauses Incorporated By Reference, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7003, Control of Government Personnel Work Product, 252.204-7004 Alt A, System for Award Management Alternate A, 252.223-7008, Prohibition of Hexavalent Chromium, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area WorkFlow Payment Instructions, 252.232-7010, Levies on Contract Payments, and 252.236-7000, Modification Proposals-Price Breakdown. Quotes sent via the US Postal Service should be mailed to Army Contracting Command, ATTN: ACC-RSA-CCAM-CAC (Jeanene Gerstenkorn), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes may be submitted by facsimile or e-mail, however, it is the responsibility of the Offeror to ensure receipt by the due date and time set for receipt of quotes. See also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes are received no later than 3:00 p.m. (MST) on Friday, June 12, 2015. The point of contact for all information regarding this acquisition is Jeanene Gerstenkorn at 719-554-8448, fax 719-554-8442, or at e-mail Jeanene.M.Gerstenkorn.civ@mail.mil. Response(s) sent to any other email address will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90ed31d74915e5606578fbe1d07f024d)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN03743656-W 20150529/150527235636-90ed31d74915e5606578fbe1d07f024d (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.