Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

Z -- Minor Maintenance, Alteration, and Repair Support Services (MMARSS) - RFQ ATTACHMENTS

Notice Date
5/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA17599805Q-ACJ
 
Point of Contact
Caroline J. Brown, Phone: 6506045788, Elisban Rodriguez, Phone: 6506044690
 
E-Mail Address
caroline.j.brown@nasa.gov, elisban.u.rodriguez@nasa.gov
(caroline.j.brown@nasa.gov, elisban.u.rodriguez@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 10_FAR 52.212-3_Fill in_Rev0 Attachment 9_DBA Wage Determination_CA170029_20170512 Attachment 8_SCA Wage Determination_2015-5641-Rev2_20161230 Attachment 7_Evaluation of Quotations_Rev0 Attachment 6_Instructions for Submission_Rev0 Attachment 5_Provisions and Clauses_Rev0 Attachment 4_Service Category Matrix_Rev0 Attachment 3_Price Schedule_Rev0 Attachment 2_Statement of Work_Rev0 Attachment 1_Blanket Purchase Agreement_Rev0 This notice is a combined synopsis/solicitation for commercial services 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 which is issued as Request for Quotation (RFQ) NNA17599805Q-ACJ; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted under the authority of FAR 13.5, Simplified Procedures for Certain Commercial Items and will be evaluated using the procedures in FAR 13.106-2, Evaluation of Quotations or Offers. This RFQ is issued to replace Sources Sought/Request for Information (RFI) NNA17599805L-ACJ posted on August 10, 2016. All future communications related to this requirement will be issued under NNA17599805Q-ACJ. The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-95, dated January 19, 2017. This procurement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this procurement is 561210, "Facilities Support Services", and the Small Business Size Standard is $38.5M. The Product/Service Code (PSC) is Z1AZ, "Maintenance of Other Administrative Facilities and Service Buildings." The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) located at Moffett Field, CA has a requirement for Minor Maintenance, Alteration, and Repair Support Services (MMARSS) for NASA - ARC Facility Engineering & Real Property Management Division (Code JC). NAICS 561210, Facilities Support Services, is designated as the NAICS representing the principle purpose of this requirement. The Government intends to award multiple Blanket Purchase Agreements (BPAs) under NAICS 561210, Facilities Support Services, (Small Business Size Standard $38.5M), in accordance with the U. S. Small Business Administration Table of Small Business Size Standards, Endnote 12(b). Blanket Purchase Agreement: NASA - ARC intends to issue multiple BPAs for minor maintenance, alteration, and repair support services for general contracting, remediation services, and specialty trades [e.g., painting, flooring, roofing, carpentry, electrical, drywalling, fencing, plumbing, and heating/ventilating/air-conditioning (HVAC)]. To ensure adequate competition within each service category, the contracting office reserves the right to determine the number of BPAs issued within each service category or service subcategory as it deems is in the best interest of the Government. Individual BPA calls (i.e., orders) will be firm-fixed priced (FFP) and will range in magnitude from a minimum dollar amount exceeding the micro-purchase limit (currently, $2,000 for construction) but not exceeding a maximum dollar amount of $(TBD - anticipate $25,000 pending NASA policy change) per individual call. The Government anticipates the estimated magnitude of the total dollar value of all BPA calls over the five-year period of performance will be between $1,000,000 and $5,000,000. Additionally, this procurement will be issued in accordance with the Simplified Acquisition Procedures at FAR 13.303 - Blanket Purchase Agreements. RFQ Attachments: Attachment 1_Blanket Purchase Agreement_Rev0 Attachment 2_Statement of Work_Rev0 Attachment 3_Price Schedule_Rev0 Attachment 4_Service Category Matrix_Rev0 Attachment 5_Provisions and Clauses_Rev0 Attachment 6_Instructions for Submission_Rev0 Attachment 7_Evaluation of Quotations_Rev0 Attachment 8_SCA Wage Determination_2015-5641-Rev2_20161230 Attachment 9_DBA Wage Determination_CA170029_20170512 Attachment 10_FAR 52.212-3_Fill in_Rev0 Description of Requirements (Service Categories/Subcategories): Small business concerns shall be capable of providing all supervision, labor, travel, transportation, equipment, tools, supplies, materials, and subcontractors necessary to perform individual minor maintenance, alteration, or repair BPA calls in one or more of the service categories listed below. Please reference Attachment 1_Blanket Purchase Agreement_Rev0 and associated Attachment 2_Statement of Work_Rev0, for service category descriptions and illustrative examples of typical work to be performed at NASA - ARC. • Industrial Building Construction (General Contractors, Minor Construction) • Remediation Services • Building and Property Specialty Trade Services o Poured Concrete Foundation and Structure Contractors o Structural Steel and Precast Concrete Contractors o Framing Contractors o Masonry Contractors o Glass and Glazing Contractors o Roofing Contractors o Siding Contractors o Other Foundation, Structure, and Building Exterior Contractors o Electrical Contractors and Other Wiring Installation Contractors o Plumbing, Heating, Ventilation, and Air Conditioning (HVAC) Contractors o Other Building Equipment Contractors o Drywall and Insulation Contractors o Painting and Wall Covering Contractors o Flooring Contractors o Tile and Terrazzo Contractors o Finish Carpentry Contractors o Other Building Finishing Contractors o Site Preparation Contractors o All Other Specialty Trades Contractors Period of Performance: The BPA period of performance for this acquisition will be five (5) years. The BPA period of performance is estimated to begin on January 01, 2018 and estimated to end on December 31, 2022. Delivery schedules for performance of work shall be specified on individual calls. Point of Delivery and Acceptance: Delivery and acceptance shall be F.O.B. Destination. Instructions for Submission: Offerors shall provide information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), which is incorporated by reference. Additionally, Offerors shall provide information as requested in the instructions in Attachment 6_Instructions for Submission_Rev0. Evaluation Procedures: Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) is applicable to this acquisition. This acquisition will be evaluated using the procedures in FAR 13.106-2, Evaluation of Quotations or Offers. Reference Attachment 7_Evaluation of Quotations_Rev0 for detailed procedures. Offerors must also be responsible in accordance with FAR 9.104-1, General Standards. Offeror's Representations and Certifications: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), to include Alternate I (Oct 2014). Your Company shall be registered electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. Please ensure all information is entered or updated to include your business size for NAICS 561210, Facilities Support Services. Applicable Provisions and Clauses: Reference Attachment 5_Provisions and Clauses_Rev0, for ALL applicable commercial and construction provisions and clauses. Federal Acquisition Regulation (FAR): https://www.acquisition.gov/?q=browsefar NASA FAR Supplement (NFS): https://www.hq.nasa.gov/office/procurement/regs/nfstocA.htm Applicable Commercial Clauses: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) is applicable, which is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Jan 2017), is applicable and the following identified clauses are incorporated by reference: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons; 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.223-20, Aerosols; 52.223-21, Foams; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Labor Standards; 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment; 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-62, Paid Sick Leave Under Executive Order 13706; and, 52.247-34, FOB Destination. Deadline and Methods for Submission of Offer/Quotation: Your company's Capability Statement, List of Past Projects, Price Schedule (Attachment 3), Service Category Matrix (Attachment 4), and FAR 52.212-3 Fill-in (Attachment 10) sent in response to RFQ NNA17599805Q-ACJ, shall be submitted electronically via email or via the Federal Business Opportunities' electronic "Bid/Responses" portal. If via email, submit to Caroline J. Brown at caroline.j.brown@nasa.gov. Please include in the subject line " NNA17599805Q-ACJ " in your email response. If via the Federal Business Opportunities' electronic portal, instructions for submitting your response are available at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf All responses shall be received no later than 12:00 p.m. (noon) PT, on Wednesday, July 12, 2017, in order to be considered. Offerors are encouraged to contact the Government for clarification if there are, or appears to be, errors, omissions, or inaccuracies in the RFQ. All questions regarding this Combined Synopsis/Solicitation shall be submitted electronically, via email, to Caroline J. Brown at caroline.j.brown@nasa.gov. Additional Information: NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA17599805Q-ACJ/listing.html)
 
Place of Performance
Address: NASA/Ames Research Center, JA: M/S 241-1, Moffett Field, California, 94035-1000, United States
Zip Code: 94035-1000
 
Record
SN04522821-W 20170527/170526001203-1bba4f421552137620ff8e20eb3cb3b5 (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.