Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
DOCUMENT

Y -- REMOVE AND REPLACE EXISTING METAL ROOF AND ASSOCIATED COMPONENTS ON NETSHED AT NMFS PASCAGOULA - Answers to Offerors' Questions, September 3, 2008.

Notice Date
9/3/2008
 
Notice Type
Answers to Offerors' Questions, September 3, 2008.
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133F-08-RQ-1118
 
Response Due
9/8/2008 3:00:00 PM
 
Archive Date
9/23/2008
 
Point of Contact
William J. Becker,, Phone: (816)426-7453, Jackie S Smith,, Phone: 816-426-2068
 
E-Mail Address
william.j.becker@noaa.gov, jacqueline.s.smith@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisitions Division (CRAD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This notice is amended to change the completion date from five (5) working days after commencement of the job to thirty (30) calendar days after notice to proceed. Additionally, answers to questions from potential offerors have been attached to this notice. This is a combined synopsis/solicitation for commercial services and related supplies prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this announcement. This is a firm, fixed-price request for quotations (RFQ) to remove the existing metal roof and associated components from the National Marine Fisheries Service (NMFS) Mississippi Laboratories Netshed Building located at 202 Delmas Avenue, Pascagoula, MS 39567, and to replace it with a new roof and associated components in accordance with attached Statement of Work (SOW) and Material Specifications. This constitutes the only solicitation that will be issued for this requirement. Written offers are being requested; however, no written solicitation will be issued. This notice is hereby issued as RFQ Number WC133F-RQ-1118. This solicitation is set aside 100% for small businesses. The applicable NAICS code for this action is 238160. There are four contract line items. OFFER FORMAT CLIN 0001 Remove and replace existing metal roof and associated components. UNIT PRICE QUANTITY UNIT TOTAL PRICE $_____________ 1 Job $________________ CLIN 0002 ALTERNATE: Remove existing metal roof and associated components and replace with optional materials. UNIT PRICE QUANTITY UNIT TOTAL PRICE $_____________ 1 Job $________________ CLIN 0003 Provide No-Dollar-Limit (NDL) 10-Year Warranty for roof system and all components. UNIT PRICE QUANTITY UNIT TOTAL PRICE $_____________ 1 Job $________________ CLIN 0004 ALTERNATE: Provide No-Dollar-Limit (NDL) 15-Year Warranty for roof system and all components. UNIT PRICE QUANTITY UNIT TOTAL PRICE $_____________ 1 Job $________________ SECTION B - CONTRACT CLAUSES This RFQ and the incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-25. The line items will be provided in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition are as follows: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2008) [Sections (b) 5, 14, 16, 17, 19, 26, and 31.] 52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984) Work shall begin within ten (10) calendar days after Notice to Proceed (NTP) and shall be completed no later than thirty (30) calendar days after NTP. 52.222-5 Davis-Bacon - Secondary Site of Work (Jul 2005) 52.222-6 Davis-Bacon Act (Jul 2005) 52.222-7 Withholding of Funds (Feb 1988) 52.222-8 Payrolls and Basic Records ((Feb 1988) 52.222-9 Apprentices and Trainees (Jul 2005) 52.222-10 Compliance with Copeland Act Requirements (Feb 1988) 52.222-11 Subcontracts (Labor Standards) (Jul 2005) 52.222-12 Contract Termination - Debarment (Feb 1988) 52.222-13 Compliance with Davis-Bacon and Related Act Regulations (Feb 1988) 52.222-14 Disputes Concerning Labor Standards (Feb 1988) 52.222-15 Certification of Eligibility (Feb 1988) 52.222-27 Affirmative Action Compliance Requirements for Construction (Feb 1999) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Dec 2007) 52.225-9 Buy American Act - Construction Materials (Jan 2005) 52.228-2 Additional Bond Security (Oct 1997) 52.228-5 Insurance - Work on a Government Installation (Jan 1997) 52.228-11 Pledges of Assets (Feb 1992) 52.228-13 Alternative Payment Protections (Jul 2000) 52.228-14 Irrevocable Letter of Credit (Dec 1999) 52.232-27 Prompt Payment for Construction Contracts (Sep 2005) 52.236-2 Differing Site Conditions (Apr 1984) 52.236-3 Site Investigation and Conditions Affecting the Work (Apr 1984) 52.236-5 Material and Workmanship (Apr 1984) 52.236-6 Superintendence by the Contractor (Apr 1984) 52.236-7 Permits and Responsibilities (Nov 1991) 52.236-8 Other Contracts (Apr 1984) 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) 52.236-10 Operations and Storage Areas (Apr 1984) 52.236-11 Use and Possession Prior to Completion (Apr 1984) 52.236-12 Cleaning Up (Apr 1984) 52.236-13 Accident Prevention (Nov 1991) 52.236-14 Availability and Use of Utility Services (Apr 1984) 52.236-17 Layout of Work (Apr 1984) 52.236-21 Specifications and Drawings for Construction (Feb 1997) 52.236-26 Preconstruction Conference (Feb 1995) 52.242-14 Suspension of Work (Apr 1984) 52.243-5 Changes and Changed Conditions (Apr 1984) 52.246-21 Warranty of Construction (Mar 1994) Full text of the FAR clauses and provisions can be found at http://www.arnet.gov/far/. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer's Authority (Mar 2000) 1352.201-71 Contracting Officer's Technical Representative (COTR) (Feb 2005) 1352.208-70 Printing (Mar 2000) 1352.209-71 Organizational Conflict of Interest (Mar 2000) 1352.209-73 Compliance with Laws (Mar. 2000) 1352.228-70 Insurance Coverage (Mar 2000) 1352.228-72 Deductibles under Required Insurance Coverage (Mar 2000) 1352.233-70 Harmless from Liability (Mar 2000) 1352.246-70 Inspection and Acceptance (Mar 2000) Inspection and acceptance shall be performed at the NMFS Mississippi Laboratories, Pascagoula, MS. 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low and Moderate Risk Contracts) (Dec 2006) 1352.237-73 Key Personnel (Mar 2000) The offeror shall identify, by name, the proposed Site Superintendent for this action. 1352.252-70 Regulatory Notice (Mar 2000) Full text of the CAR clauses and provisions can be found at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. SECTION C- CONTRACT DOCUMENTS, EXHIBITS, AND ATTACHMENTS 1352.211-70 Statement of Work/Specifications (Mar 2000) The Contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to perform the Statement of Work/Specifications given in Attachments A and D to this solicitation. List of Attachments: The following are made a part of this solicitation and any resulting contract: A. Statement of Work B. U. S. Department of Labor General Decision Number MS080164, dated August 22, 2008. C. Contractor's completed Representations and Certifications, by reference. D. Appendix A to the Statement of Work - Drawings of Existing Roof. SECTION D - SOLICITATION PROVISIONS Additional FAR/CAR provisions incorporated into this acquisition are as follows: 52.212-1, Instruction to Offerors - Commercial Items (Apr 2008) 52.212-2 Evaluation - Commercial Items (Jan. 1999) The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. All factors other than price are equal in importance to one another. When combined, Technical Capability and Past Performance are approximately equal in importance to the offered price. The offered price will be evaluated but not scored. The price evaluation will determine whether the offered price is realistic, complete, and reasonable in relation to the solicitation requirements. The degree of importance of the offered price will increase with the degree of equality of the technical proposals. Similarly, the degree of importance of the technical proposal will increase with the degree of equality of the offered prices. The Government reserves the right to award to other than the lowest-priced offeror or to other than the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2008) 52.223-1 Biobased Product Certification (Dec 2007) 52.225-10 Notice of Buy American Act Requirement - Construction Materials (May 2002) 52.236-27 Site Visit (Construction) (Feb 1995) Contact Ms. Gayla Fornea, NMFS Pascagoula, (228) 762-4591 x 175 for information regarding site visit arrangements. 13215-73 Inquiries (Mar 2000) 1352.252-71 Regulatory Notice (Mar 2000) Submission of Offers: All offers shall be submitted in the format specified below: (a) Completed and signed offer. (b) Detailed technical proposal prepared in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items. The technical proposal shall be in sufficient detail to be evaluated using the criteria set forth in FAR 52.212-2, Evaluation - Commercial Items. (c) Completed FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. SECTION E - ADDITIONAL INSTRUCTIONS TO OFFEROR Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/Central Region Acquisitions Division, Attn: William Becker, 601 East 12th Street, Room 1756, Kansas City, MO 64106. Offers must be received on or before 3:00 p.m. CDT, Monday, September 8, 2008. Offers may be sent by e-mail to William.J.Becker@noaa.gov. Offers submitted in response to the notice must include the following in order to be considered responsive to this request: (a) A completed price schedule for the line items identified in this notice. (b) Names, addresses, contact persons, and phone numbers of at least three (3) parties for whom the offeror has performed similar work in the last two (2) years (2006 through 2008). If any present and/or prior performance with the U.S. Government has occurred within the last two years, the offeror must list all U.S. Government agency names, addresses, contact persons, and phone numbers. (c) An affirmative statement with proposed work schedule for completing this work within the established period of performance. (d) Completed Offeror Representations and Certifications - Commercial Items. (e) Certification of the offeror's current record in the Central Contractor Registration (CCR) data base. (f) Inclusion of the offeror's dun and Bradstreet Data Universal Numbering System (DUNS) identifier. DOC/NOAA/CRAD requires that all contractors doing business with this office be registered in the CCR data base. For additional information, and to register in CCR, please access the following website: http://www.ccr.gov/. In order to register in CCR, all offerors must have a DUNS identifier. A DUNS identifier may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Award cannot be made to any offeror that is not regi
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7f38fa5b1f1b1f43c9c7ed54a05e328&tab=core&_cview=1)
 
Document(s)
Answers to Offerors' Questions, September 3, 2008.
 
File Name: Questions from Potential Offerors and Government Answers, as of September 3, 2008. (090308netshedroofquestions.doc)
Link: https://www.fbo.gov//utils/view?id=f60f58b7b6bc49ef7db7e83cce293b0a
Bytes: 28.00 Kb
 
File Name: Roof picture: 1 of 9. (090308IMG_9301.jpg)
Link: https://www.fbo.gov//utils/view?id=7bc6a9d465de727099fe6cd2b9808e79
Bytes: 253.13 Kb
 
File Name: Roof picture: 2 of 9. (090308IMG_9302.jpg)
Link: https://www.fbo.gov//utils/view?id=640f61f395f1fdebda4c156fca5fcadf
Bytes: 229.25 Kb
 
File Name: Roof picture: 3 of 9. (090308IMG_9303.jpg)
Link: https://www.fbo.gov//utils/view?id=6c5be399334449dbcdb2f1434de101e3
Bytes: 285.73 Kb
 
File Name: Roof picture: 4 of 9. (090308IMG_9304.jpg)
Link: https://www.fbo.gov//utils/view?id=def58553a8ae2d898dbb103851c4f0fd
Bytes: 232.39 Kb
 
File Name: Roof picture: 5 of 9. (090308IMG_9305.jpg)
Link: https://www.fbo.gov//utils/view?id=d3f415943dc995453e4aed35f201d5e8
Bytes: 218.42 Kb
 
File Name: Roof picture: 6 of 9. (090308IMG_9306.jpg)
Link: https://www.fbo.gov//utils/view?id=2443f081e07788a844d4dd16f648aad5
Bytes: 273.86 Kb
 
File Name: Roof picture: 7 of 9. (090308IMG_9307.jpg)
Link: https://www.fbo.gov//utils/view?id=614770a62c3b71a94e51a09889854538
Bytes: 290.58 Kb
 
File Name: Roof picture: 8 of 9. (090308IMG_9308.jpg)
Link: https://www.fbo.gov//utils/view?id=be7c6718fedd1702f009b6622326a309
Bytes: 311.24 Kb
 
File Name: Roof picture: 9 of 9. (090309IMG_9309.jpg)
Link: https://www.fbo.gov//utils/view?id=b5870ccea2249fb51c43e82d54398165
Bytes: 245.92 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NMFS, Mississippi Laboratories, 202 Delmas Avenue, Pascagoula, Mississippi, 39567, United States
Zip Code: 39567
 
Record
SN01658362-W 20080905/080903223508-b7f38fa5b1f1b1f43c9c7ed54a05e328 (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  © 1994-2020, Loren Data Corp.