Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

Z -- Installation of government provided flooring materials - RFQ

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Agricultural Research Service - Southeast Area
 
ZIP Code
00000
 
Solicitation Number
AG-4329-S-17-0002
 
Archive Date
6/8/2017
 
Point of Contact
William F. Rengstorf, Phone: 4879566466, Tracy R George, Phone: 478-956-6416
 
E-Mail Address
William.Rengstorf@ars.usda.gov, Tracy.George@ars.usda.gov
(William.Rengstorf@ars.usda.gov, Tracy.George@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Appendix 4: Recommended Materials (Adhesives) for installation Appendix 3: Flooring Installation Instructions Appendix 2: Government Provided Materials Appendix 1: Drawings and Specs SOW for this RFQ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This procurement is set aside for total small businesses. The small business size standard is $15M. The solicitation number AG-4329-S-17-0002 is issued as a request for quote (RFQ) and incorporates provisions and clauses that are in effect through FAC 2005-90. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. The provision of FAR 52.212-3 Offeror representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. In paragraph (b) of FAR 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52-223-1 Biobased Product Certification, 52-223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-9 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.228-15. In addition FAR 52.228-13 Alternative Payment Plan is incorporated. Full text of incorporated FAR clauses and provisions are available at www.acquisition.gov/far/. The USDA, SEFTNRL intends to award on a Firm-Fixed Price Basis the following: CLIN 1: Labor and materials for the installation of government provided Carpet Tiles, Bio-Based Vinyl Tiles, Wall Base and Transition Strips on 1st floor Main Bldg. in accordance with Statement of Work (SOW) The NAICS code applicable to this acquisition is 238330 and the Product Service Code is Z1AA Period of Performance: The contractor shall complete all work within three weeks after notice to proceed has been issued. Tentative start date is 19 June, 2017. Does not include weekends or holidays. See attached Statement of Work (SOW) and appendixes for general requirements and instructions All contractors must visit the site and acquaint themselves with the conditions of the site and obtain dimensions prior to submitting a quotation. Scheduled site visit is the 3rd of May at 10:00AM EST. Prospective visitors may contact the Primary POC: William Rengstorf (478-297-9040) or Secondary POC: Tracy George (478-956-6416) if further details are needed to attend the site visit. Failure to visit the site prior to submittal of quote can be grounds for rejection of quotation. A. SOLICATION PROVISIONS: 1. Instructions to Offerors: Offers should submit all technical questions regarding the solicitation electronically to the Contracting Officer (CO) William (Bill) Rengstorf, Purchasing Agent, william.rengstorf@ars.usda.gov. All responses to questions, which may affect offers, will be incorporated via a solicitation amendment. To be considered for an award a complete offer shall include: 1) SF18 or a completed quote addressing all CLINS of the solicitation with original signature and date a) Offerors shall include in its quote all labor categories and hours proposed, any materials or other direct costs proposed in the cumulative total price. 2) Acknowledgement of Solicitation Amendments. 3) List of Past Performance Contracts. 4) All offers shall be submitted electronically to Contracting Officer (CO) William (Bill) Rengstorf by email: william.rengstorf@ars.usda.gov or mail to: 21 Dunbar Rd. Byron, GA 31008. Offerors are responsible for ensuring that their offers have been received by RFQ closing date and time announced in this solicitation. 2. Pricing: Offers shall be submitted as requested in the Schedule of Supplies/Services comprised within the solicitation document. 3. Evaluation Method: Your quotation must demonstrate a clear understanding of the standards and requirements outlined in the solicitation. The feasibility of approach must meet contract requirements, which will be evaluated in respect to providing the USDA with a high level of confidence in successful performance. All factors will be evaluated based solely on the quote provided and to the extent in which the quotation demonstrates a clear understanding of the requirements in meeting or exceeding the standards for the various tasks. Extent to which uncertainties are identified and resolutions proposed. Contractor's offer shall address their ability to meet contract requirements with respect to providing the USDA with a high level of confidence in successful performance. Rating will be based on the extent to which the offer addresses each of the factors. The Government intends to reserve the right to make multiple awards. Each evaluation factor will be evaluated "Acceptable/Unacceptable." The following factors shall be used to evaluate offers: 1. Factor I - Registration for Award: Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web‐site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from the FedBizOpps website at https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. 2. Factor II - Technical Capability: a) Offeror shall submit their detailed technical approach for completing all requirements of the Statement of Work (SOW). To include but not limited to: i) Capability to Perform ‐ Offeror must demonstrate that it currently possess and employs the personnel, equipment, standards, work processes, and general resources to accomplish the requirements of the Statement of Work. ii) The offeror must have the ability to meet the after hour work requirements outlined in the SOW. Please provide document or add a statement in your technical quote that outlines after work hours capability b) The Technical Rating shall be rated in based on "Acceptable" or "Unacceptable" as follows: i) Acceptable: The quote clearly meets the minimum requirements of the solicitation. ii) Unacceptable: The quote does not clearly meet the minimum requirements of the solicitation. 3. Factor III - Past Performance: a) Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years. b) Past Performance factors will be rated on an "Acceptable/Unacceptable/Neutral" basis. List the following information for each contract: • Company Name and address • Description of services performed • Name, telephone number and e‐mail address of responsible individuals who have first‐ hand knowledge of performance relative to the same type of services • Dates of contract performance • Contract type (e.g. fixed‐price, cost reimbursable) and total contract value Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting delivery schedules and the delivery of quality services. Emphasis will be on recent, relevant past performance in the previous 3 years. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Past performance information is one indicator of an offeror's ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor's performance shall be considered as it pertains to the performance of work described in this solicitation. Offerors may provide information on problems encountered on identified contracts and the offeror's corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the offeror's past performance. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. Offerors are reminded that the Government may elect to consider data obtained from other sources. Factor IV‐ Price Total price will be evaluated by the Government. In evaluating the offeror's quoted price for this project, the government concern includes determining whether: 1) Quoted price reflects a clear understanding of the requirements, and is consistent with the various elements of the offeror's quote. 2) Quoted price is reasonable in comparison with proposed prices received in response to the solicitation. 3) Quoted price is reasonable in comparison with prices with the independent Government cost estimate. The Government will evaluate quoted prices to determine whether prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the various elements of the offer. Unrealistically low or high quoted prices, initially or subsequently, may be grounds for eliminating a quote from competition either on the basis that the offeror does not understand the requirement or the offeror has provided an unrealistic quote. 4. Award Basis: 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. Non‐price factors will be rated on an "Acceptable/Unacceptable" basis. Failure to meet any of the requirements will result in an "Unacceptable" rating and eliminate the offeror from further consideration for contract award. Before the offer's specified expiration time, 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. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. C. WAGE: All labor wages will be in compliance with 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis‐Bacon Act. To get current Davis Bacon Wage scale go to https://www.wdol.gov/dba.aspx online select criteria State: Georgia, County: Peach, Construction Type: Building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b64ffe9eaba502489f5aaa435d7bb1f)
 
Place of Performance
Address: 21 Dunbar Rd, Byron, Georgia, 31008, United States
Zip Code: 31008
 
Record
SN04485435-W 20170428/170426234539-0b64ffe9eaba502489f5aaa435d7bb1f (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  © 1994-2020, Loren Data Corp.