SOLICITATION NOTICE
Z -- Non-Personal Services to Repair Stucco and Paint Storage Building at NOAA NWS WFO, Dousman WI
- Notice Date
- 6/1/2022 3:02:04 PM
- Notice Type
- Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- NW-WR9965-22-00226MWH
- Response Due
- 6/13/2022 1:00:00 PM
- Archive Date
- 06/28/2022
- Point of Contact
- Marilyn Herrera, Phone: 303-578-2707
- E-Mail Address
-
marilyn.herrera@noaa.gov
(marilyn.herrera@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Please review all attached documents for complete details in order to comply with the solicitation. 1.� This procurement is a total small business set-asde.� The associated NAICS is 238320.� The small business size standard is $16.5M. 2.� Magnitude of Work:� Between $25,000 and $100,000. 3.��For site visit information and evaluation critieria, see below.�� FAR 52.236-27 Site Visit (Construction) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Monday through Friday with eight (8) work hour days between the hours of 0700 am and 1700 pm. Name: Travis Unkel eMail Address: travis.unkel@noaa.gov Telephone: 262-965-5061 (End of provision) CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: (1) Personnel Qualifications. The experience, education, and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties. (2) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. Provide a description of the company�s experience performing this type of service. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit. (3) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Quote shall include at least two references for similar services including the phone number, full address, and e-mail address. (4) Price. The Government intends to award a trade-off, best value, firm fixed price purchase order on an all or none basis with payment terms of Net 14. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc26f08e0cd544f1a82ae3072c76d7bb/view)
- Place of Performance
- Address: Dousman, WI 53118, USA
- Zip Code: 53118
- Country: USA
- Zip Code: 53118
- Record
- SN06344029-F 20220603/220601230105 (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 |