Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

J -- Terrazzo Deck Installation

Notice Date
12/19/2019 5:49:58 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
N6278920R0003
 
Response Due
1/10/2020 1:00:00 PM
 
Archive Date
01/25/2020
 
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-0003�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 Terrazzo Deck and install new Terrazzo Deck in six (6) locations 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:��28 Jan 2020 to 01 Mar 2020 Provision 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: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-20 Predecessor of Offeror JUL 2016 52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2019 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations�Representation NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.219-1 Small Business Program Representations OCT 2014 52.219-1 Alt 1 Small Business Program Representations SEPT 2015 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 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 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts AUG 2018 52.225-4 Buy American--Free Trade Agreement--Israeli Trade Act Certificate MAY 2014 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. AUG 2018 52.232-11 Extras APR 1984 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-15 Stop-Work Order AUG 1989 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 The following additional DFARS clauses apply: 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 252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors. FEB 2019 252.204-7006 Billing Instructions OCT 2005 252.204-7007 Alternate A, Annual Representations And Certifications JUN 2019 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.209-7998 Representation Regarding Conviction Of A Felony Criminal Violation Under Any Federal Or State Law (Deviation 2012-O0007) MAR 2012 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004) JAN 2012 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Workflow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 Proposals are due prior to 4:00PM ET, 10 January 2020.� 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0bfdff4470e944c2b7fa6e277f920f61/view)
 
Place of Performance
Address: Groton, CT 06349, USA
Zip Code: 06349
Country: USA
 
Record
SN05521216-F 20191221/191219230152 (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.