Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

S -- DFAS CARPET TILE REPLACEMENT - Statement of Work

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 101 MSG/MSC, ME ANG, 105 Maineiac Avenue, Suite 505, BANGOR, Maine, 04401-3055, United States
 
ZIP Code
04401-3055
 
Solicitation Number
W912JD-17-Q-2007
 
Archive Date
6/30/2017
 
Point of Contact
Jason M. Edwards, Phone: 207-404-7107, Cameron M. Doncet Hall, Phone: 2074047434
 
E-Mail Address
jason.m.edwards1.mil@mail.mil, cameron.m.doncethall.mil@mail.mil
(jason.m.edwards1.mil@mail.mil, cameron.m.doncethall.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items issued as a Request for Quotes pursuant to FAR 13.5 and 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; quotes are being requested and a written solicitation will not be issued. This requirement is advertised as a Total Small Business Set Aside. The NAICS Code for this synopsis/solicitation is 238330, Size Standard is $15,000,000. Solicitation/Purchase Requisition Number W912JD-17-Q-2007 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-94, Effective 19 Jan 2017. The Government contemplates award of a firm-fixed price contract resulting from this solicitation for the following Contract Line Item Number (CLIN): 0001 - Carpet Tile Replacement Project Services, Non-Personal; Work includes furnishing new carpet squares and low VO adhesive per specifications provided below, removal, disposal and installation of approximately 121,087 square feet of carpet squares on the first and second floors of the DFAS facility. The contractor will be responsible for replacing wall base cove, adhesive, transition strips and thresholds. The contractor will ensure Floor surface is be prepped in accordance with industry standards to accept new carpet tile installation. This includes but is not limited to removal of thresholds and patching spalls and other imperfections in the floor service with a permanent concrete patch, primer sealant and adhesive. The contractor will move all file cabinets, and all other furniture to facilitate removal/installation of carpet squares. All work shall be in accordance with the scope of work. 0002 - Contractor Manpower Reporting Labor required for Contract Manpower Reporting Application (CMRA) entry. Reporting shall be completed for the period of performance no later than 31 October 2017. SITE VISIT: A site visit will be conducted on 23 MAY 2017 at 10:00 AM EST at DFAS-LIMESTONE, 27 Arkansas Road, Limestone, ME 04750; Point of Contact: MSgt Jason Edwards. Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless solicitation is amended in writing. If an amendment is issued, normal procedure relating to the acknowledgment and receipt of solicitation amendments shall apply For the purposes of this offering, it is implied that, that any and all parties agree to a Criminal History Background Check once entered into any contract/task order. Any documents that are provided and found fraudulent to include, but not limited to driver's licenses, contracting licenses, etc., will result in an arrest and potential termination for default from the contract. All contractors are subject to search in order to obtain entry onto the installation and while working on the installation. Any refusal to submit to a search of their person or vehicle will be deemed as a violent act of aggression against the installation and will be cause for dismissal from the installation and revocation of future privileges and installation access. QUOTE DUE DATE: All Offers are due by 2:00.00 PM EST on 15 June 2017 All quotes shall be submitted electronically through FBO.gov WAGE DETERMINATION: Currently, General Decision Number ME2015-4007 Revision No. 2 dated 12/30/2016 for Aroostook County is applicable to this task order. Rates can be found at https://www.wdol.gov/wdol/scafiles/std/15-4007.txt?v=2. However, the current prevailing Wage Determination will be incorporated at the time of award. In the event the current prevailing Wage Determination is changed by the Department of Labor after the closing date of this solicitation, the updated Wage Determination, if applicable, will be incorporated by amendment and issued to all Offerors.. NOTE: Please provide a quote for the item(s) above. When a quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. In accordance with FAR 13.106-1(a)(2) award will be made based on price and quality. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. Acknowledgement of all amendments is required. Offer due date and time for receipt of proposals will be posted in the solicitation. All offers and requests must be submitted electronically to the POC, MSgt Jason Edwards, via email to jason.m.edwards1.mil@mail.mil. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-1 52.212-3 Instructions to Offerors--Commercial Items Offeror Representations and Certifications-Commercial Items Alternate I (Oct 2014) JAN 2017 JAN 2017 52.212-4 52.212-5 Contract Terms and Conditions--Commercial Items Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Deviation 2013-O0019)(JAN 2017) JAN 2017 JAN 2017 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-8 Utilization of Small Business Concerns NOV 2016 52.219-14 Limitations On Subcontracting JAN 2017 52.219-28 Post-Award Small Business Program Representation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 52.222-35 Equal Opportunity Equal Opportunity for Veterans SEP 2016 OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-41 Service Contract Labor Standards MAY 2014 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 2014 52.222-44 Fair Labor Standards And Service Contract Labor Standards- Price Adjustment MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-1 Biobased Product Certification MAY 2012 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEP 2013 52.223-4 Recovered Material Certification MAY 2008 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. JUN 2016 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-23 Assignment Of Claims MAY 2014 52.232-29 Terms for Financing of Purchases of Commercial Items FEB 2002 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015 252.215-7008 Only One Offer OCT 2013 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992 252.247-7023 Transportation of Supplies by Sea APR 2014 CLAUSES INCORPORATED BY FULL TEXT 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) (c) 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. 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. (End of provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (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 Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from "Office of Chief Counsel ATTN: NGB Protest Decision Authority 111 S. George Mason Drive Arlington, VA 22204-1373 FAX: (703) 607-3684 or 3682 OR 101 MSG/MSC ATTN: Base Contracting Officer 101 Maineiac Ave., STE 505 Bangor, ME 04401 FAX: (207) 404-7177 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) FAR 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://farsite.hill.af.mil 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://farsite.hill.af.mil/ www.acquisition.gov (End of clause) FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984). The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984). The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-17-Q-2007/listing.html)
 
Place of Performance
Address: DFAS-Limestone, 27 Arkansas Rd, Limestone, Maine, 04751, United States
Zip Code: 04751
 
Record
SN04511028-W 20170518/170516235151-78ec2b1ae504fe76d58ad6d60c10abe7 (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.