Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

Z -- Pool Complex Recurring Preventative Maintenance (one time)

Notice Date
4/20/2020 7:55:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
FA4452 763 SCONS PKP SCOTT AFB IL 62225-5420 USA
 
ZIP Code
62225-5420
 
Solicitation Number
FA445220Q0009
 
Response Due
5/4/2020 9:00:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
Marc A. Lopez
 
E-Mail Address
marc.lopez.2@us.af.mil
(marc.lopez.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION �(i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The Request for Quotation (RFQ) number FA445220Q0009 shall be used to reference any written quote provided under this RFQ. A site visit will be provided, refer to paragraph (xv) towards the end of this document for information. (iii) The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05; Effective 3-30-2020. (iv) This is a 100% set-aside for Small Business (SB).� The North American Industry Classification System (NAICS) code for this project is 238390 with a size standard of $16.5M. (v) The purpose of this combined synopsis and solicitations is for the procurement of Pool Complex Recurring Maintenance Services in accordance with the Statement of Work (SOW). The bid schedule and contract CLIN schedule are below: Item���� Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Qty��� Unit��� Total Amount 0001��� Pool Complex Recurring Maintenance���������� ���1������ �JB ����������� Services (one-time) in accordance with the ����������� SOW and terms and conditions of this contract. (vi) Description of the requirements; Statement of Work (SOW): STATEMENT OF WORK Pool Complex One-Time Routine Recurring Maintenance 1. DESCRIPTION OF SERVICES The contractor shall provide a one-time scheduled routine recurring maintenance of real property to ensure surface areas around the facilities are maintained to standards. 2. SCOPE OF WORK Three areas require routine recurring maintenance: 2.1 Pool Deck at Building 502, Pope Army Airfield. The contractor will strip all existing paint and floor covering, prepare the concrete surfaces, and paint the surfaces.� The pool deck will be coated with a non-slip paint.� The pool deck area is approximately 3500� square feet. All paint colors will match existing and all paint will be durable and able to hold up in moist environments. 2.2 Shower Corridors at Building 501, Pope Army Airfield. The contractor will strip all existing non-slip tape, prepare the concrete surfaces, and paint the surfaces with a non-slip paint.� The required surface is approximately 150� square feet.� All paint colors will match existing and all paint will be durable and able to hold up in moist environments. 2.3 Cargo Area at Building 730, Pope Army Airfield. The contractor will strip all existing paint and floor coverings to include carpet, glue, or tape, prepare the concrete surfaces, and paint the surfaces.� BLD 730 cargo area, shelving and storage area, and adjacent office will be painted with an epoxy to match the existing epoxy in the hallway immediately outside the cargo area.� The area is approximately 1150� square feet. 3. WORK HOURS 3.1 Work shall be performed during normal duty business hours: M-F 8:30am � 4:30pm EST. 3.2 Work shall be done in such as manner as to not interfere with student training. Vehicle placement (parking) and movement shall be coordinated with the facility manager to ensure placement does not interfere with normal operations of the Squadron. 3.3 Work shall be completed within a timely manner not to exceed 14 days after service start date. 3.4 The contractor shall coordinate with the Unit Facility Manager (Mr. Dan Kaster) to make arrangements for base access. 4. SECURITY 4.1 All workers shall be legal U.S. Citizens with valid picture IDs who are able to gain clearance on to the military installation. 4.2 No guns, drugs, or illegal paraphernalia will be authorize on the military installation. 4.3 All vehicles, equipment, and containers may be subject to search at any time while on or seeking access to the military installation. 5. INSPECTION AND ACCEPTANCE Upon completion of work, the Unit Facility Manager will inspect the area prior to government acceptance. (End of SOW) (vii) Place of Performance:� Pope AAF, NC, contract performance anticipated to begin May 7, 2020. (viii) FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote.� Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (b) quote submission instructions: (b)(4) is revised as follows: The Vendor shall submit no more than a 2-page document on their Prior Experience providing services that are the same or similar to those outlined in the SOW.� Prior experience can either be at the federal or local government levels, or within the private sector. When documenting Prior Experience, include: 1) name of the Government agency or company to which services were provided to; 2) Government contract number (if applicable); 3) POC with contact information at the agency or company where services were provided. (b)(6) is revised as follows: The Vendor shall submit a proposed price for the entire effort, for the CLIN listed in this combined synopsis/solicitation.� Quotes shall be submitted on company letterhead and must clearly identify the corresponding CLIN. (b)(12) is added as follows: Additional information required: Company Name: _____________ DUNS Number: ______________ Cage Code: __________________ Point of Contact: ______________ All companies must be registered in the System for Award Management at https://www.sam.gov/SAM/pages/public/index.jsf to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of award. Paragraph (c) first sentence revised as follows:� The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote. (End of Addendum) (ix) FAR Provision 52.212-2 Evaluation -- Commercial Items (Oct 2014), applies to this acquisition and the following evaluation is applicable:� (a) The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. Price 2. Prior Experience The Prior Experience evaluation factor is approximately equal to Price. Basis for Award 1. Price will be evaluated to determine if it is fair and reasonable in accordance with FAR 13.106-3. 2. Prior Experience will be evaluated and assigned one of three available Confidence Ratings: High Confidence -�The Government has high confidence based on the Vendor�s prior experience that they will be successful in performing contract requirements with little or no Government intervention. Some Confidence -�The Government has some confidence based on the Vendor�s prior experience that they will be successful in performing contract requirements with some Government intervention. Low Confidence -�The Government has low confidence based on the Vendor�s prior experience that they will be successful in performing contract requirements even with Government intervention. Discussions: The Government intends to award a purchase order without discussions with respective vendors.� However, the Government reserves the right to conduct discussions if deemed in its best interest. (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) FAR Provision 52.212-3 Offeror Representations and Certifications -- Commercial Items (Oct 2018) applies to this acquisition.� All vendors must be registered in System for Award Management at https://www.sam.gov/SAM/pages/public/index.jsf at the time of Quote submittal. (xi) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note:� The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. (End of Addendum) (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2019) applies to this acquisition.� Additionally, the following FAR clauses cited in the clause are also applicable: 52.219-6� ���Notice of Total Small Business Set-Aside (Nov 2011) 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) 52.224-3 ����Privacy Training (Jan 2017) 52.225-13� �Restrictions on Certain Foreign Purchases (June 2008) 52.232-33� �Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (xiii) Additional terms and conditions apply to this acquisition as follows: �������� (Refer to https://www.acquisition.gov/ for the Full Text of provisions and clauses) The following FAR Provisions are applicable to this solicitation: 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) 52.204-16 ��Commercial and Government Entity Code Reporting (Jul 2016) The following FAR Clauses are applicable to this solicitation: 52.204-18 ��Commercial and Government Entity Code Maintenance (Jul 2016) 52.222-41 ��Service Contract Labor Standards (Aug 2018) 52.222-55 ��Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62 ��Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.232-40 ��Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2��� �Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The following DFARS Clauses are applicable to this solicitation:� 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) 252.203-7005 ��Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7000 ��Disclosure of Information (Oct 2016) 252.204-7004 ��Antiterrorism Awareness Training for Contractors (Feb 2019) 252.204-7015 ��Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 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) 252.243-7001 ��Pricing of Contract Modifications (Dec 1991) 252.244-7000 ��Subcontracts for Commercial Items (Jun 2013) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) Site Visit information: Site visit dates are tentatively scheduled for 4/27/2020, and if necessary 4/28/2020.� Time is TBD, but likely will be in the morning.� To schedule a site visit contact Mr. Dan Kaster at daniel.kaster@us.af.mil and/or 910-489-5500, if there is no immediate answer while calling please leave a message.� Request for site visits must be made no later than April 24, 2020 at 12:00 p.m. RFQ Info: RFQ due date: May 4, 2020 RFQ due time:� 12:00 P.M. EST Email RFQ submission to Marc.Lopez.2@us.af.mil THE QUOTE MUST BE SENT TO THE EMAIL ADDRESSES ABOVE.� ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. (xvi) All questions regarding this RFQ must be emailed to Marc.Lopez.2@us.af.mil no later than April 29, 2020 by 12:00 P.M. EST Attachments:� 1 1. Wage Determination: 2015-4378 Revision 12
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6be5e5515fa408282e11ac8986bd491/view)
 
Place of Performance
Address: Pope Army Airfield, NC 28308, USA
Zip Code: 28308
Country: USA
 
Record
SN05626351-F 20200422/200420230143 (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.