Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

Z -- Project CSC-18761 - Repair and Seal Floors, Buildings 9 & 30

Notice Date
7/11/2018
 
Notice Type
Presolicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Columbus, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SP4702-18-R-0534
 
Point of Contact
Eric F. Heil, Phone: 6146928634
 
E-Mail Address
eric.heil@dla.mil
(eric.heil@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirement Summary: PR: 74150152 and 74699437 FR: 200081348 and 200082673 Description: Project # CSC-18761 "Repair and Seal Floors, Buildings 9 and 30" Cost Center: 3000012 (CLIN 0001) and 8000025 (CLIN 0002) Ledger account: 61002540 Firm-Fixed-Price Acquisition Set-Aside 100% Small Business. Period of Performance: 210 days (After the Notice to Proceed Letter) FOB Inspection at Destination (DoDAAC# SC0707) Acquisition Authority: Federal Acquisition Regulation (FAR) Part 36, "Construction and Architect -- Engineer Contracts," and (FAR) Part 15 "Contracting by Negotiation" procedures and regulations will be utilized. Delivery Location: Defense Supply Center - Columbus, Buildings 9 and 30 Unit of Issue: JB (JOB). Estimated Dollar Value: $1,000,000.00 and $5,000,000.00 Statement of Work Summary for Project # CSC-18761 "Repair and Seal Floors, Buildings 9 and 30" Current situation: Building 9 is a 289,200 square foot warehouse with two sections of office areas and laboratory testing facilities and equipment, and eleven (11) sections that are either used for storage or are currently vacant. The facility is occupied by DLA Installation Operations and their Engineering Testing Laboratory. The building construction consists of poured in place concrete columns with a brick inlay for its exterior walls. The floors are poured concrete that is aged, cracked, and partially deteriorated. The concrete is cracked and the joint material has failed. The sealant on the concrete flooring has faded and is failing. Building 30 is a 289,200 square foot warehouse with a number of office areas throughout a few of the building sections. The facility is utilized by the DLA Disposition Services. The building construction consists of poured in place concrete columns with a brick inlay for its exterior walls. The floors in building 30 warehouse, sections 2 thru 13 have aging and deteriorated concrete. The concrete floors are cracked and the joint material has failed. The sealant on the concrete flooring has faded and is failing. Regulatory requirements: The poured concrete floors in Buildings 9 and 30 are in need of repair and an application of a concrete sealant in order to provide high quality working floors for our military and civilian employees, and customers in order to avoid any safety related accidents resulting from spalled and uneven warehouse, office, and laboratory floors. Impact if not provided: This project is required to repair and seal deteriorated concrete floors in Buildings 9 and 30 in order to ensure the concrete floors' serviceability and longevity. The project is needed to ensure safe working conditions for Government operations conducted within the two buildings. Without repair, the concrete floors will continue to deteriorate, which may cause safety-related issues as Government employees work and operate equipment on these deteriorated and uneven concrete surfaces. Scope of Work: Building 9: The contractor shall furnish all plant, labor, equipment, materials, supplies and supervision required in performing all operations to reseal concrete floors in Building 9 (sections 5-13). The following items are included within the Scope of Work for this project: - Replace Expansion Joint materials at the concrete joint sections. - Replace breakup/divided slabs by full depth concrete patching. - Repair cracked areas by high modulus epoxy bonding adhesive. - Provide concrete patching at the punch-out/ spalls locations. - Replace existing coating system by a four-coat, nominal 1/16" system, used to help withstand the high demands of a hard working facility, with a silica sand broadcast for added texture and durability, top coated with High Performance Satin Urethane Top Coating System. Building 30: The contractor shall furnish all plant, labor, equipment, materials, supplies and supervision required in performing all operations to reseal concrete under racks & open storage areas in Building 30 (Sections 2-13). The following items are included within the Scope of Work for this project: - Replace distress joint materials at the concrete joint sections. - Repair cracks on the concrete floors under racks and open storage areas. - Provide concrete patching at the punch-out locations. - Replace existing coating system by 1/4" Satin Power-Trowel Epoxy Overlay Resurfacer System. - Apply 1/4" Satin Power-Trowel Epoxy Overlay Resurfacer Systems on concrete floor under Racks and Open Storage Areas. 1.0 GENERAL INFORMATION: 1.1 SINGLE AWARD - The Government intends to award a single contract resulting from this solicitation. 1.2 Business size (in accordance with Federal Government Standards) Small ____ Large ____Women-Owned____ Disadvantaged _____ Other_____ 1.3 PLEASE PROVIDE THE FOLLOWING INFORMATION SO YOUR COMPANY CAN BE ENTERED INTO OUR COMPUTER SYSTEM CAGE CODE (Commercial & Government Entity No.) _______________ (SF 1442, 2nd PAGE, BLOCK #14). DUNS (Dun & Bradstreet) No. _________________________ (SF 1442, 2nd PAGE, BLOCK #14) SAM (System for Award Management): Yes or No (circle one) TAX ID NO. (TIN) _________________________________ 1.4 The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220 (Hours: 8:00 am- 8:00 pm/Eastern Time), or 334-206-7828 for international calls. NOTE: SUBMIT SAM'S CERTIFICATION WITH YOUR PROPOSAL. PROPOSAL AND SAM'S CERTIFICATION DATES MUST MATCH. 1.5 DLA Internet Bid Board System (DIBBS) quotations are no acceptable for this solicitation. Offeror's must complete the entire solicitation including amendments previous posted in http://www.fedbizopps.gov. Proposals must be submitted on hard copy of this Request for Proposal (RFP) and scanned and emailed to eric.heil@dla.mil. 1.6 INFORMATION TO BE PROVIDED BY THE GOVERNMENT AND/OR THE VENDOR, AND CLAUSES/PROVISIONS THAT ARE REQUIRED TO BE PROVIDED IN PARTIAL OR FULLTEXT. IN ADDITION, DUE TO SYSTEM LIMITATIONS, SOME MANDATORY CLAUSES/PROVISIONS MAY BE DUPLICATED. IN THE EVENT DUPLICATED CLAUSES/PROVISIONS HAVE DIFFERENT DATES, THE MOST CURRENT IS APPLICABLE. 1.7 FULL AND OPEN COMPETITION ACQUISITION AFTER EXCLUSION OF SOURCES (FAR 6.2). 1.8 Better drawings resolutions are available upon request to Eric Heil (eric.heil@dla.mil). 1.9 GREEN PROCUREMENT All products proposed for use in, or requisitioned under this contract must conform to federal Green Procurement regulations as they relate to the Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines. These products include Energy Star or Federal Energy Management Program designated electronics; United States Department of Agriculture bio-based designated products; Electronic Product Assessment Tool designated electronics; alternative fuels and fuel efficiency; and non-ozone depleting substances. Such products must meet contract performance requirements, taking into consideration price, competition, and availability factors. 1.10 DLAD 52.237-9003 SITE VISIT COORDINATOR (MANDATORY REQUIREMENT) (a) Offerors are highly encouraged to attend an organized site visit by reporting to the DLA Installation Support-Columbus Engineering Services Branch, Building 308, Defense Supply Center (DSCC), Columbus, Ohio on August 8, 2018 at 1:30 PM eastern time. Please email Eric Heil at eric.heil@dla.mil with a list of attendees' names, not nicknames will be allowed. Email should be submitted no later than 48 hours prior to the site visit. (b) Prospective offerors are notified that remarks or explanations provided during a site visit shall not qualify the terms of this solicitation. Unless and until this solicitation is amended in writing, terms of the solicitation and specifications remain unchanged. (c) Site visitors requiring interpretation or clarification of technical or contractual requirements included in this solicitation are encouraged to submit their questions and any information obtained during the site visit to the Contracting Officer, by contacting the individual identified on the face of the solicitation. A base map will be attached to the solicitation. No other Site Visit will be conducted after August 8, 2018 at 1:30 PM Eastern Standard Time, no exemptions. (d) Contractors must review and comply with REAL ID Act before Site Visit take places. 1.11 QUESTIONS & ANSWERS - All questions shall be asked via email. Questions must be asked no later than August 16, 2018 no later than 12:00 p.m. Eastern Standard Time. 1.12 COMPLETE PROPOSAL INSTRUCTIONS Contractors shall provide their proposal in the following manner, use zip file: 1. SF 1442 - (including Section B/vendor fill-in provisions), one (1) PDF document. 2. SAM Certifications - showing your company is considered small business under NAICS code 238390. While in SAM's search for provision 52.219-1 "Small Business Program Representations (Alternate I)", shall state NAICS code information and business size. One (1) PDF document. 3. Past Performance - review Section M for technically acceptable considerations. One (1) PDF document. 4. Technical Construction Experience - review Section M for technically acceptable considerations. One (1) PDF document. 5. Technical Qualifications of Proposed Staffing; review Section M for technically acceptable considerations. One (1) PDF document. 6. Bid Bond; original copy must be submitted with your proposal. Liability limit shall cover the total value of your proposal. Also, if your company do not have a corporate seal. A separate memo shall be issued and submitted with your Bid Bond explaining the reason why your company do not have corporate seal. One (1) PDF document. 7. Contractor Cost Estimate; contract must complete all the columns including overhead, profit, and bond cost. One (1) PDF document. A. Note: the written qualifications statement shall be certified and signed by the principle of the contract firm. B. Note: A total of seven (7) documents shall be submitted by the contractor "proposal". C. Note: SAM certification date must match proposal submission date. 1.13 FINAL INSPECTION AND ACCEPTANCE - Upon completion of the entire project a final inspection will be performed by the contractor, the Contracting Officer or their authorized representative and authorized representatives from the Facilities Engineering Division, DS-FCIE (Construction Administration Office, Operations & Maintenance Office and Engineering Office). 1.14 The following provisions will be incorporated in the solicitation: Warranty of Construction (FAR 52.246-21). Preconstruction Conference (FAR 52.236-26). Contract Drawings, Maps, and Specifications (DFARS 252.236-7001). Site Visit (FAR 52.236-27). Liquidated Damages- Construction (FAR 52.211-12). Site Investigation and Conditions Affecting the Work (FAR 52.236-3). Cleaning-Up (FAR 52.236-12). Protection of Existing Vegetation, Structure, Utilities, and Improvement (FAR 52.236-9). Limitation of Government Liability (FAR 52.216-24). Contract Definitization (FAR 52.216-25). Contractor Personnel Security Requirements (FAR 52.204-9000). 1.15 Material Cost Reduction Initiative - To ensure DLA continues delivering products and services at the most economical costs, DLA Contracting Services Office has initiated a Material Cost Reduction Initiative. To support this initiative, please be advice, the Government is seeking to reduce material pricing by as much as 10% per CLIN on this solicitation. Please consider the Government's objective when supplying your company's offer. 1.16 Proposals are required to be received by August 23, 2018 at 1:00 PM Eastern Standard Time to one of the following addresses: If mailed via USPS regular mail: Defense Supply Center Columbus DLA Contracting Support Office Columbus ATTN: DCSO-C / Eric Heil / 020-A2N104 P. O. Box 3990 Columbus, OH 43218-3990 If mailed via Private couriers (i.e., UPS or Fedex): Defense Supply Center Columbus DLA Contracting Support OfficeColumbus ATTN: DCSO-C / Eric Heil / 020-A2N104 3990 E. Broad St. Columbus, OH 43213-1152 1.17 Preferred Method Email - "Submission of proposal by electronic commerce (e-mail) is allowed. E-mailed proposal shall not be transmitted directly to the contracting officer instead to the buyer (Eric Heil). Submit e-mailed proposals to eric.heil@dla.mil or fax 614-693-1572 (IAW DLAD provision 52.215-9008). Proposals (to include modifications and revisions per FAR 15.203(c)) will be received by electronic commerce methods (e-mail) "only". The acquisition specialist shall authorize receipt of e-mailed proposals only on those solicitations where there is a reasonable expectation the proposal will not exceed the maximum size limit of 15 MB, therefore it is inappropriate to authorize e-mailed proposals for very large and/or complex solicitations. If the size and/or complexity of the initial proposal submission makes it impractical for the initial proposal to be e-mailed, the acquisition specialist may authorize use of e-mail only for modifications and revisions to proposals. Contact Eric Heil to receive a verbal confirmation that the proposal was successfully received. (X) Preferred method is email to eric.heil@dla.mil (Phone# 614-692-8634) or (Fax # 614-692-1572). 1.18. Wide Area Workflow Information Information for Wide Area Workflow (WAWF) Invoicing: Use 2 in 1 document Invoice. To ensure timely payment the vendor should enter the required info in WAWF on the first or second day the service was rendered. Contractors/vendors not using WAWF will need to register for WAWF in order to gain access to the new MyInvoice functionality. Wide Area Workflow (WAWF) is a secure web based system for electronic invoicing, receipt, and acceptance. WAWF allows government vendors to submit and track invoices and receipt/acceptance documents over the web and allows government personnel to process those invoices in a real-time, paperless environment. WAWF is in accordance with the 2001 National Defense Authorization Act (DFARS 252.232-7003/252.232-7006 Electronic Submission of Payment Requests - January 2004) which requires claims for payment under a Department of Defense Contract to be submitted in electronic form. As of March 03, 2008, DOD has issued a final rule amending the Defense Federal Acquisition Regulation supplement (DFARS) to require use of the Wide Area Workflow as the only acceptable electronic system for submitting requests for payment (invoices and receiving reports) under DOD contracts. Government credit card would not be utilized for this purchase request. All payments will be processed and submitted through WAWF "only". When creating invoice in WAWF Contractor "must" input DoDAAC# SP4702 under Service Acceptor field. Otherwise the payment wouldn't be process on time. DLA WAWF Assistance (General Questions) 703-767-1915 wawf@dla.mil For technical issues with WAWF please contact: DISA WESTHEM Ogden Customer Service Center CONUS: 1-866-618-5988 COMMERCIAL: 1-801-605-7095 Email: cscassig@csd.disa.mil NOTE: CONTRACTOR MUST SUBMIT "ENGINE FORM 4025-R" BEFORE SUBMITTING ANY INVOICES THROUGH WAWF FOR CONTRACTING REPRESENTATIVE OFFICER'S (COR) REVIEW AND INSPECTION. DON'T SUBMIT ANY INVOICES WITHOUT COR'S INSPECTION AND APPROVAL. IF SO, THE CONTRACTOR WILL BE RESPONSIBLE TO VOID/DELETE INVOICE IN WAWF. Selection of an offeror for contract award will be made on the basis of an assessment of each offeror's response to the Request for Proposal (RFP). As a Request for Proposals (RFP) based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) evaluation factors for determination of technical acceptability consist of: 1. Technical Construction Capability; 2. Technical Qualifications of Proposed Staffing; and 3. Past Performance. All responsible sources may submit an offer/quote, which shall be considered. (X) The solicitation will be available in FedBizOpps on its issue date of July 25, 2018. (X) The Small Business size standard is $15,000,000.00. (X) Drawings/specifications will be attached to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/714928fe2573f43ba15ea4d2a04e7227)
 
Record
SN04987394-W 20180713/180711231152-714928fe2573f43ba15ea4d2a04e7227 (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.