Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

Z -- NOAA Dive Tower Interior Painting

Notice Date
2/23/2021 5:58:28 PM
 
Notice Type
Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
1305M221RNMAN0009
 
Response Due
3/21/2021 1:00:00 PM
 
Archive Date
04/05/2021
 
Point of Contact
Wendy Culbreth, Phone: 7576051263, Fax: 7574413786
 
E-Mail Address
Wendy.Culbreth@noaa.gov
(Wendy.Culbreth@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 - Issue 02/23/2021 to add additional pictures of the dive tank. The National Oceanic Atmospheric Administration (NOAA), NOAA Diving Center, located on the campus of NOAA�s Western Regional Center, 7600 Sand Point Way, NE, Seattle, WA 98115-0070, has a requirement for the painting of the interior of its diver training tank. The diver training tank, which is located on the north end of building 8, is used for various purposes including training of divers and testing of equipment.� The period of performance is for the awarded contractor to provide a detailed work schedule for approval within two (2) calendar days of award for all work to be completed NLT 16 April 2021. This RFQ is 100% set aside for small businesses. The associated NAICS code is 238320 � Painting and Wall Covering Contractors, with a Size Standard of $16.5M.� The Dept of Labor, Davis Bacon Act, General Decision Number:� WA20210011 dated 02/12/2021 is applicable to this solicitation and any resulting award.���� �The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price Technically Acceptable Offer (LPTA).� Technically acceptable is defined as the offeror�s ability to meet all the requirements/salient characteristics identified in the Statement of Work/Specification and the offeror�s demonstrated ability to perform the contract successfully through Past Performance.� Only the lowest priced offer will be evaluated for technical acceptability.� If the lowest priced offer is found not to be technically acceptable, then the next lowest priced offer will be evaluated.� This process will continue until a technically acceptable offer is identified; not all offers will be evaluated.� The following factors shall be used to evaluate offers: (1) Technical, (2) Past Performance, and (3) Price Technical (Pass/Fail) The government will evaluate the offeror�s ability and method/approach to providing all the requirements in the Statement of Work as identified in their technical section/proposal.� Technical will be rated as to the extent the offeror can clearly and fully demonstrate that it has a thorough understanding of the requirements and can successfully provide the requirements.� Offerors that cannot specifically address their ability and method/approach to providing all the requirements in the Statement of Work or that do not submit a Technical Section with their offer may be rejected without further consideration.� � Past Performance (Pass/Fail) The Government will evaluate an offeror�s past performance to determine the degree to which current and previous contract efforts indicate the probability of the offeror successfully accomplishing/performing the requirements of the Statement of Work.� The currency and relevancy of the information, source of the information, context of the data, and general trends in contractor�s performance will be considered.� � Past performance information received from the offeror shall be within the past 3 years or ongoing and be relevant to this requirement (i.e. the same or similar requirements.) Only relevant past performance will be evaluated. � Price (Only the lowest priced technically acceptable offer will be evaluated on Price) The Government will evaluate price for reasonableness and award a contract to the offeror with the lowest priced technically acceptable offer.� Offerors are required to provide a unit price for all items.� A zero dollar figure ($0.00) unit price means the Offeror will provide the service or supply at no charge to the Government.� Unit price left blank or annotated with something other than a dollar figure will be considered unacceptable and the Government has discretion whether to reject the offer without any further consideration.� � Statement of Magnitude� - $25,000.00 - $100,000.00 All responsible sources may submit a proposal which shall be considered by the agency.� Proposals must be submitted via electronic means (e-mail) by 4:00 P.M. Eastern on March 21, 2021 to the Contract Specialist, Wendy Culbreth, at Wendy.Culbreth@noaa.gov. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/48e62031c4d241fc8b7f9fed38158244/view)
 
Place of Performance
Address: Seattle, WA 98115, USA
Zip Code: 98115
Country: USA
 
Record
SN05924219-F 20210225/210223230113 (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  © 1994-2020, Loren Data Corp.