Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOLICITATION NOTICE

J -- BLDG. 562 AIR DUCT CLEANING

Notice Date
7/12/2021 4:56:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-21-Q-0280
 
Response Due
8/3/2021 1:00:00 PM
 
Archive Date
08/18/2021
 
Point of Contact
Sarah R. Lowell, Phone: 848-238-0396
 
E-Mail Address
sarah.lowell1@navy.mil
(sarah.lowell1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****THIS AMENDMENT IS TO EXTEND THE QUOTE DUE DATE FROM 7/13/2021 TO TUESDAY, 8/3/2021 AT 4:00PM EST, AS WELL AS POST THE SITE DRAWINGS FOR THE DUCTS. WE HAVE RECEIVED QUESTIONS, AS SOON AS THEY ARE ANSWERED WE WILL POST THE Q&A'S.*** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� (ii) The solicitation number N68335-21-Q-0280 is listed as a competitive request for quotation (RFQ) as NAWCAD Lakehurst has a requirement for Air Duct Cleaning Services for Bldg. 562. The contract requirements for this effort are outlined in Attachment 1 �Statement of Work� (SOW). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-06.� (iv) This procurement is 100% set aside for small business certified companies. The North American Industry Classification System (NAICS) code for this project is 561790 with a size standard of $8M. (v) Contract Line Item Numbers (CLIN) are as follows. Provide separate pricing for each CLIN as listed below: The contract requirements for this effort are outlined in Attachment 1, �SOW� Being Procured Under this Solicitation CLIN 0001: Air Duct Cleaning Bldg. 562 Joint Base McGuire-Dix-Lakehurst (JBMDL), Lakehurst, NJ 08733 See Attachment 1 � SOW. OPTION CLIN 0002: Air Duct Cleaning Bldg. 562 JBMDL, Lakehurst, NJ 08733 See Attachment 1 � SOW Contractors are responsible for having proper documentation to receive base access to allow for performance of the contract. The contractor shall obtain the necessary passes and /or identification for entry into Joint Base McGuire-Dix-Lakehurst for all employees prior to commencement of work.� The Government reserves the right to refuse to issue an entrance pass to any employee for any reason deemed valid by the Government.� The contractor shall be required to provide the Security Forces with vehicle registration(s), proof(s) of insurance, driver license(s), and a picture ID(s) to obtain a pass for entry onto the base.� The Pass and Registration building is located on Rt. 547, Lakehurst, NJ. (vi) A site visit of the facility is scheduled for Tuesday 29 June 2021m at 9:00am Est. Contractor attendance is highly recommended. Attachment 1 � SOW. MUST FILL OUT ATTACHMENT 4 �SFFL 4 SHORT TERM EAL FORM�; RETURN TO sarah.lowell1@navy.mil BY 4:00PM 23 JUNE 2021 FOR BASE ACCESS. (vii) Period of Performance for CLIN 0001 -90 Days after notice to proceed. FOB Destination. Period of Performance for CLIN 0002 -90 Days after modification to exercise options and the notice to proceed has been sent. FOB Destination. (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference:� FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. FAR 52-212-2, Evaluation � Commercial Items is incorporated by reference.� Addendum to FAR 52.212-2 Para (a) Award will be made to the responsible offeror whose quotation is lowest in price and in full compliance with all requirements set forth in this solicitation. FAR 52.212-4, Contract Terms and Conditions � Commercial Items is incorporated by reference.� The resulting contract will be firm fixed price (FFP). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; All other provisions and clauses included in Attachment 2, �Provisions and Clauses� (x) The offerors must complete Attachment 3, �Representations and Certifications� and submit with its offer. (xi) Offers are due not later than 4:00 PM EST, Tuesday, 13 July 2021. Earlier submissions will be accepted. Please submit your quote to sarah.lowell1@navy.mil. Submit all of the following required attachments with quote: Attachment 2 - Provisions and Clauses Attachment 3 - Representations and Certifications CLIN 0001 AND OPTION CLIN 0002 Price Schedule The following documents required by Section 8 of SOW (Attachment 1): a. List of three relevant and recent completed project references, showing that the contractor and any sub companies have mechanics with experience and are technically proficient in this specific type of required work. Said list shall provide as a minimum a point of contact person (POC) with POC�s full name, email, title, company & department name, phone number, address, email and a detail description on the work performed. A relevant project is considered a project (contract/task order) that is similar in size, scope, and complexity to the RFQ. This criterion is to demonstrate that your company has the experience with the cleaning of Air Ducts for HVAC systems as described in the SOW. The contractor shall have at least 2 years of experience in HVACA. A recent project defined for this effort as a project that was completed within two (2) years of this solicitation. Compliance with this scope of work by all sub-contractors shall be the sole responsibility of the contractor. b. A detailed capability statement must be provided showing that the contractor and any sub-contractors are competent to perform this required work. The following information as a minimum shall be provided in the company�s Capability Statement: Name and company branding, slogan (if any) summary description of the company; Core Capabilities; Description of major services offered; Federal Small Business Certifications; Contract Vehicles in which you participate (Federal and State); State Certifications document that records the individual and organizational achievements, competencies, and the business accreditations, letters of recommendations. c. Provide a detailed side by side comparison listing any products to the stated product (where applicable), if they are submitted in lieu of the stated product. Said list shall clearly show that this �or equal� products meets all parameters, requirements and conditions of the work as listed in the statement of work in order to be accepted. Contractor shall provide the following if they propose product different than the suggested source: Manufacturers cut sheets, American made certification for all items for approval. d. Provide detailed manufacturer�s cut sheets, shop submittal of the product(s), specifications and manufacturers information ensuring full compliance with the statement of work and bid documents requirements. (xii) Additional requirements.� Warranty:� The offeror shall provide a commercial warranty of at least one year. (xiii)� Questions regarding this combined synopsis/solicitation can be directed to Ms. Sarah Lowell, 848-238-0396, e-mail:� sarah.lowell1@navy.mil.� The end date for any question submittal shall be Tuesday, 6 July 2021 at 4:00PM EST. Any questions submitted after that time may not be answered. Submitting questions is not required to qualify for award.���� Any amendment to this RFQ will be posted on FBO. Proposing contractors shall acknowledge receipt of all amendments at the time of submitting quotation packages. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation.� The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far It is important to note that this combined synopsis/solicitation requesting a quote shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b59895d68ba349deb389daf2e90ac9ab/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN06057837-F 20210714/210712230116 (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.