Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOLICITATION NOTICE

J -- Deck Tile Installation

Notice Date
12/10/2019 5:21:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238340 — Tile and Terrazzo Contractors
 
Contracting Office
SUP OF SHIPBUILDING GROTON GROTON CT 06340 USA
 
ZIP Code
06340
 
Solicitation Number
N6278920R0002
 
Response Due
12/12/2019 1:00:00 PM
 
Archive Date
12/27/2019
 
Point of Contact
Ryan Lawton, Phone: 8604337475, Michele A. Solarek, Phone: 8604333058
 
E-Mail Address
ryan.lawton@navy.mil, michele.solarek1@navy.mil
(ryan.lawton@navy.mil, michele.solarek1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, 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.Solicitation Number N62789-20-R-0002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2020-01 with an effective date of 12 Nov 2019.This is a 100% small business set-aside. NAICS Code: 238340, size standard: $15,000,000.CLIN 0001: Remove existing Deck Tile and install Deck Tile in nine (9) locations plus incidental replacement of 10 square feet of broken tile in various areas on USS Montpelier in accordance with scope of work.Services to be completed at the Naval Submarine Base in Groton, CT 06349.Period of Performance: 20 Dec 2019 - 14 Jan 2019Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The lowest price offeror will be evaluated first for technical acceptability. If determined to be technically unacceptable, the next lowest offeror will be evaluated, etc.Offerors shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate 1 with its offer.Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition along with the following clauses: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (July 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) 52.222-41, Service Contract Labor Standards (Aug 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015)The following additional FAR clauses apply:52.203-18Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--RepresentationJAN 201752.204-7System for Award ManagementOCT 201852.204-9Personal Identity Verification of Contractor PersonnelJAN 201152.204-13System for Award Management MaintenanceOCT 201852.204-16Commercial and Government Entity Code ReportingJUL 201652.204-17Ownership or Control of OfferorJUL 201652.204-18Commercial and Government Entity Code MaintenanceJUL 201652.204-19Incorporation by Reference of Representations and Certifications.DEC 201452.204-20Predecessor of OfferorJUL 201652.204-21Basic Safeguarding of Covered Contractor Information SystemsJUN 201652.204-22Alternative Line Item ProposalJAN 201752.204-24Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.AUG 201952.209-2Prohibition On Contracting With Inverted Domestic Corporations—RepresentationNOV 201552.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal LawFEB 201652.219-1Small Business Program RepresentationsOCT 201452.219-1 Alt 1Small Business Program RepresentationsSEPT 201552.222-1Notice To The Government Of Labor DisputesFEB 199752.222-22Previous Contracts And Compliance ReportsFEB 199952.222-25Affirmative Action ComplianceAPR 198452.222-62Paid Sick Leave Under Executive Order 13706JAN 201752.223-1Biobased Product CertificationMAY 201252.223-2Affirmative Procurement of Biobased Products Under Service and Construction ContractsSEP 201352.223-4Recovered Material CertificationMAY 200852.223-5Pollution Prevention and Right-to-Know InformationMAY 201152.223-17Affirmative Procurement of EPA-Designated Items in Service and Construction ContractsAUG 201852.225-4Buy American--Free Trade Agreement--Israeli Trade Act CertificateMAY 201452.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.AUG 201852.232-11ExtrasAPR 198452.232-39Unenforceability of Unauthorized ObligationsJUN 201352.232-40Providing Accelerated Payments to Small Business SubcontractorsDEC 201352.237-2Protection Of Government Buildings, Equipment, And VegetationAPR 198452.242-15Stop-Work OrderAUG 198952.252-1Solicitation Provisions Incorporated by ReferenceFEB 199852.252-2Clauses Incorporated By ReferenceFEB 199852.252-6Authorized Deviations in ClausesAPR 1984The following additional DFARS clauses apply:252.203-7000Requirements Relating to Compensation of Former DoD OfficialsSEP 2011252.203-7002Requirement to Inform Employees of Whistleblower RightsSEP 2013252.203-7003Agency Office of the Inspector GeneralAUG 2019252.203-7005Representation Relating to Compensation of Former DoD OfficialsNOV 2011252.204-7003Control Of Government Personnel Work ProductAPR 1992252.204-7004Antiterrorism Awareness Training for Contractors.FEB 2019252.204-7006Billing InstructionsOCT 2005252.204-7007Alternate A, Annual Representations And CertificationsJUN 2019252.204-7008Compliance With Safeguarding Covered Defense Information ControlsOCT 2016252.204-7012Safeguarding Covered Defense Information and Cyber Incident ReportingOCT 2016252.204-7015Notice of Authorized Disclosure of Information for Litigation SupportMAY 2016252.209-7998Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation 2012-O0007)MAR 2012252.209-7999Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004)JAN 2012252.223-7006Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous MaterialsSEP 2014252.223-7008Prohibition of Hexavalent ChromiumJUN 2013252.225-7036Buy American--Free Trade Agreements--Balance of Payments Program--BasicDEC 2017252.225-7048Export-Controlled ItemsJUN 2013252.232-7003Electronic Submission of Payment Requests and Receiving ReportsDEC 2018252.232-7006Wide Area Workflow Payment InstructionsDEC 2018252.232-7010Levies on Contract PaymentsDEC 2006252.237-7010Prohibition on Interrogation of Detainees by Contractor PersonnelJUN 2013252.243-7001Pricing Of Contract ModificationsDEC 1991252.244-7000Subcontracts for Commercial ItemsJUN 2013Proposals are due prior to 4:00PM ET, 12 December 2019. Late submissions will not be accepted.Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: ryan.lawton@navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf. There can be NO FOREIGN NATIONALS working on this project. If Contractor employees are not United States citizens, they are not allowed on the USS Montpelier. All Contractor personnel must be able to pass a background check, unless they currently have a Defense Biometrics Identification System (DBIDS) card. Security clearances are desired, but not required. Government personnel will escort Contractor employees as necessary.The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.Award will be made to the responsible offeror whose offer, conforming to the solicitation is determined to be the lowest priced, technically acceptable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b4a1c0f6c32432c83ecbba3692d246d/view)
 
Place of Performance
Address: 34180, CT 06349, USA
Zip Code: 06349
Country: USA
 
Record
SN05512848-F 20191212/191210230250 (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.