Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

56 -- Facilities Support Construction

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-T-0105
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-07-T-0105, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 effective 13 August 2007. This procurement is 100% small business set aside and the associated NAICS code is 238330 with a business size standard of $13.0 million. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Interior Office Remodel in accordance with the statement of work identified in Section C of the solicitation Section C Statement of Work Period of Performance: 10 October 2007 through 22 October 2007 1. Install high pressure commercial laminate flooring (Wilson art Commercial high pressure laminate [Western Oak] or ALLOC Commercial high pressure laminate [Panga Panga] or similar brand name commercial brand) in entire team room (including under kitchen shelving area). Approximately 2000sqft. a. Remove and dispose of existing carpet b. Check existing floor for level and level if needed c. Install padding or joint adhesives if recommended by flooring manufacturer. d. Flooring must carry a COMMERCIAL WARRANTY of at least 10 years for wear, stain, fade, and joint integrity. e. Large furniture pieces to remain in place. Furniture must be moved by company and then reinstalled in original location. f. ? round trim (or equivalent) matching flooring to be installed throughout g. Extremely durable matching transition strip from locker room into team area 2. Install quality finished AC plywood wall covering on walls in main team area to match existing AC plywood wall covering (for convenient mounting of white boards, screens, and display items). a. Finished plywood should match existing plywood in type, texture and size and will be mounted on cinderblock walls with a 2? wood strip (standoff). b. 4 ?channels? need to be installed (two on each wall) for computer fiber optic cables, electrical, etc. c. All seams/ joints and screw holes filled in preparation for paint d. Paint all plywood with a good quality primer and 2 coats of custom paint color (Benjamin Moore Regal paint or similar quality on finish coats). e. Paint back office areas (cinderblock walls) Benjamin Moore Regal paint or similar quality on finish coats. 3. Kitchen shelving area upgrades a. Relocate kitchen area to allow installation of additional counter space. b. Add an additional 24? deep x 5ft extension to countertop area. Mount a refrigerator under new counter top (refrigerator will be provided). c. Extend top shelving portion of kitchen area approx. 24? until flush with wall. Install shelving doors on the entire top shelving portion area. d. Install shelving doors on lower shelves (no doors are currently installed) e. All shelving doors and kitchen shelving additions must match the existing shelving in wood type, stain, and finish. f. Knobs and pull handles for shelving doors should be a metal type and dark in color g. Replace existing worn laminate countertop with a durable stain resistant natural granite countertop. Countertop should be black with minimal color variations. Details of countertop layout will be provided at site visit. 4. All work must be conducted inside the team room area and any dust must be contained to avoid getting on computers and electronics. 5. Thoroughly clean and dust entire space when work has been completed. All debris to be removed by company. Additional Specifications. 1. Company must have been in business for a minimum of 10 years and not have any outstanding or pending litigation. Company must provide the following within 10 working days: Active Class ?A? contractor license Current insurance (workman?s compensation and liability) 2. Company must either be local or have a local representative to the Hampton Roads area to discuss, in detail, all aspects of the project including exact type and finish of flooring, countertop selection, paint colors, shelving design, etc 3. Company must be a member of the Better Business Bureau (BBB). 4. Company must provide 3 references within two years of posting of the solicitation on FedBizOpps for similar work. Work is defined as quality laminate or wood flooring installation and custom wood shelving installation. If single reference did not have both flooring and custom wood shelving installed then additional references must be provided to total 3 for each category (flooring and custom wood shelving). 5. A detailed quote (to include a ?to scale? AutoCAD drawing of kitchen area) must be provided with quote. Quote shall include all items listed in the statement of work. 6. A detailed ?to scale? AutoCAD drawing (in color) of the proposed kitchen area (including refrigerator) must be provided within 5 working days of contract award. 7. Provide a warranty of 2 years on all labor. 8. Working hours are from 0800-1600 Monday through Friday only. 9. A site survey has been scheduled for 6 September 2007 at 10:00am at the Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Visit requests shall be emailed to nicholai.francis@vb.socom.mil with a copy to christine.anderson@vb.socom.mil no later than 12:00 p.m. Eastern Standard Time (EST) on 31 August 2007. Vendors must attend the site survey in order to quote this project. Location Destination Deliver to Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point: Destination Inspection: Destination Acceptance: Destination CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government Alternate I (Oct 1995) SEP 2006 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration JUL 2006 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-15 Defense Priority And Allocation Requirements SEP 1990 52.212-1 Instructions to Offerors?Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions?Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Deviation) MAR 2007 52.216-24 Limitation of Government Liability APR 1984) 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.222-19 Child Labor Law ? Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.225-1 Buy American Act ? Supplies JUN 2003 52.225-2 Buy American Act Certificate JUN 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.232-17 Interest JUN 1996 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information MAY 1999 52.233-1 Disputes JUL 2002 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.244-6 Subcontracts for Commercial Items MAR 2007 52.247-34 F.o.b. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses APR 1984 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7003 Item Identification and Valuation JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) APR 2007 252.225-7012 Preference For Certain Domestic Commodities JAN 2007 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: past performance and price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov 2006) An offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) Section I The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor?s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Christine Anderson at christine.anderson@vb.socom.mil or phone (757) 893-2715 or fax to (757) 492-7954. Offerors must scrutinize this solicitation and ensure their quote and submissions comply with all requirements. It is not sufficient to merely state your quote complies with solicitation requirements. Questions will be accepted until 6 September 2007. Questions and responses will be posted on FedBizOpps on 7 September 2007. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 14 September 2007. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Christine Anderson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01386856-W 20070829/070827222127 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.