Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

Z -- NAWCTSD Room 1203 Renovation

Notice Date
12/5/2019 8:37:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134020R0035
 
Response Due
12/12/2019 11:00:00 AM
 
Archive Date
12/27/2019
 
Point of Contact
Amber Chalifoux, Phone: (407) 380-4491, Joseph A Liberatore, Phone: 4073804281, Fax: 4073804164
 
E-Mail Address
amber.chalifoux@navy.mil, joseph.liberatore@navy.mil
(amber.chalifoux@navy.mil, joseph.liberatore@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation - Room 1203 Renovation: N61340-20-R-0035This is a combined synopsis/solicitation for Construction Services prepared in accordance with the format in FAR subpart 13.3, 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.Combined synopsis/solicitation N61340-20-R-0035 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/content/regulations inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-101.This procurement is being solicited on the basis of a small business set-aside competition with an associated North American Classification System (NAICS) code of 236220.NAWCTSD has a requirement to furnish and install a fully finished drywall surface over two of the existing block walls of room 1203. Furnish and install metal furring and 5/8" Type "X" drywall. Drywall finished to Level 4. West and south walls only. Furnish and install paint for entire room including drywall ceiling/soffit. Wall dimensions are west wall 8’2” x 39’7” and south wall 8’2” x 33’3”. Remove 19 mirrors from the west wall of the room and relocate to north and south walls in room 1116 (Fleet Gym). Relocate lighted exit sign, light switch, thermostat and electrical/audio-visual/data/phone outlets so they are flush with the finished wall. Furnish and install new 4" vinyl base. Clean up and protect finishes that are to remain. All work to be coordinated with the government (NSA Orlando, NAVFAC and NAWCTSD). All work shall be installed in accordance all Unified Facility Criteria (e.g. National Electric Code (NEC), Life Safety Code, etc.). Several requirements for this project are as follows:• All applicable federal, state, and local codes shall be followed including but not limited to Unified Facility Criteria found at https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc• Electrical modifications (Changes to existing circuits and locations)• Ensuring all electrical work meets NEC requirements• Ensuring that all work is tested to be complete and useable• Ensuring dust and noise levels are kept to a minimum with daily cleanup.The CLIN Breakout is as follows:CLIN 0001 - Renovation of MPR (Room 1203)NAWCTSD OrlandoATTN: Dennis Gibbon12211 Science DriveOrlando, Florida 32826This requirement will have a completion date of 31 January 2020.The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the addendum that Offerors are required to submit warranty information and parts availability with its offer.The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply.Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the offeror meeting the specifications of this combined synopsis/solicitation.The failure of an offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the offeror being ineligible for award.All offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/.Going forward, all new entities registering in GSA’s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an “Active” status as the government cannot award to an entity without an “Active” SAM registration. More information can be found at www.gsa.gov/samupdate.The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition:FAR 52.204-7FAR 52.204-13FAR 52.209-2FAR 52.212-4FAR 52.219-6FAR 52.219-28FAR 52.222-3FAR 52.222-19FAR 52.222-21FAR 52.222-26FAR 52.222-36FAR 52.222-50FAR 52.223-18FAR 52.225-1FAR 52.225-3FAR 52.225-13FAR 52.232-33FAR 52.233-1FAR 52.236-5FAR 52.236-7FAR 52.236-26FAR 52.247-34FAR 52.252-2The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition:DFARS 252.203-7000DFARS 252.203-7002DFARS 252.203-7005DFARS 252.204-0001DFARS 252.204-7003DFARS 252.204-7006DFARS 252.204-7015DFARS 252.211-7003DFARS 252.225-7048DFARS 252.232-7006DFARS 252.232-7003DFARS 252.232-7010DFARS 252.244-7000DFARS 252.246-7008All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/content/regulations. No DPAS rating applies.Offers are due no later than 1400 US Eastern Standard Time on 12 December 2019. Quotes will only be accepted by Contract Specialist, Amber Chalifoux via email at amber.chalifoux@navy.mil. Responses must include at least the solicitation number; name, address and telephone number of offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Amber Chalifoux, Contract Specialist, Phone: 407-380-4491, email: amber.chalifoux@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d691310fd0d486a8246f3f5a13c8c14/view)
 
Place of Performance
Address: 53000, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05510085-F 20191207/191205230246 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.