Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOLICITATION NOTICE

Z -- Marmoleum Flooring EPA at RTP

Notice Date
10/22/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, Environmental Protection Agency, Rtp Procurement Operations Division, 109 Tw Alexander Drive, Rtp, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-09-00007
 
Response Due
11/5/2008
 
Archive Date
12/5/2008
 
Point of Contact
Point of Contact, Christopher Davis, Purchasing Agent, Phone (919) 541-4609<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 235990 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 anda written solicitation will be issued via the US EPA RTP website at http://www.epa.gov/oam/rtp_cmd. The solicitation number is RFQ-RT-09-00007, and the procurement is being issued as full and open competition using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. All responses from responsible sources will be fully considered. The NAICS Code is 238330 with a Size Standard of $14.0 Million Dollars. This action is to provide Flooring Maintenance for FORBO Marmoleum flooring at the US EPA Child Care Center on the US EPA Campus at Research Triangle Park, North Carolina. For each year, the contractor will quote the following line items: Line item 0001: Contractor may* provide a firm fixed price for minor repairs to include trip charge, labor and materials. The minor repairs shall be estimated not to exceed 3 hours, as agreed to by both the contractor and the project officer before initiation of work. * Please note that the contractor may choose not to bid on this line item and still submit a bid for the remainder of the line items. This will be noted in evaluation contractors bid. Line item 0002: Contractor shall provide fixed hourly rates* in its offer that include wages, overhead, general and administrative expenses, and profit. Contractor shall provide these fixed hourly rates for the following contingency: For larger jobs where a time and materials order is contemplated, work is to be done in accordance with FAR 52.216-31 * Please provide a breakdown of different labor categories or different types of workers who comprise Line Item 0002's hourly rate. Labor class title and hourly rate for person should be provided. Line item 0003: Contractor shall provide fixed hourly rates* in its offer that include wages, overhead, general and administrative expenses, and profit. Contractor shall provide these fixed hourly rates for the following contingency: After-hours or weekend work when the area to be repaired cannot be isolated from the rest of the daycare workplace. Work is to be done in accordance with FAR 52.216-31 * Please provide a breakdown of different labor categories or different types of workers who comprise Line Item 0003's hourly rate. Labor class title and hourly rate for person should be provided. Line item 0004: The materials needed to repair Marmoleum flooring located at the First Environments Early Learning Center (FEELC) on the EPA Main Campus, RTP. Costs for all materials will be negotiated with a not to exceed amount when an order is placed under the established BPA. Please provide a listing of the materials and a cost of materials that is normally used when responding to a repair of Marmoluem flooring. (Example: Marmoleum Flooring at $X price per yard) The period of performance for this contract shall be 3 years, from time of award. The contractor should account for pricing for years 2 and 3 with subsequent Line Items 2001 - 2004 & 3001- 3004. The Contracting Officer will contact the supplier to purchase these services. All orders will be made for specific requirements by authorized Government personnel. Prices to be paid for individual requirements will be established when calls are made. For further terms and conditions, please see the statement of work. For details on BPA line items, please see the pricing table. This BPA does not obligate any funds; therefore, the Government is not obligated to order any supplies or services via this BPA. The Government will be obligated only to the extent of the authorized call orders that may be placed against this BPA. The Government reserves the right to award contracts or agreements to other vendors for like services during the same period of performance as this agreement. Quotation Submittal Instructions: 1. The following items are to be submitted with the Request For Quotation number and title clearly marked: a. Complete blocks 12, 13, and 14 on the SF18 form with company name, address, DUNS number and Cage Code in Block 13 completed and clearly labeled, and with a signature, date signed, name and title of person authorized to sign, and company name is affixed in block 14. b. Submit a price breakdown of the work described in CLIN 0001 in accordance with all three pages titled Pricing Table. Please pay special attention to the notes within the Pricing Table in providing a breakdown of Line Items 0002, 0003, 1002, 1003, 2002 and 2003. c. Submit a completed copy of the provisions on pages 13 - 18 of the RFQ. 2. Complete and Submit quotation package, attention Christopher Davis. The contractor may submit their quotation package for subject solicitation prior to the closing date and time via Electronic mail - Quotation submittal with all required documents attached clearly marked with the Request for Quotation number and title to Davis.Christopher@epa.gov. Contractors shall verify receipt of e-mailed quotation submittals. 3. The due date is Wednesday, November 5, 2008 at 3:00 PM, Eastern Standard Time. 4. In accordance with FAR 13.106-(1)(a)(2), the basis for award of this RFQ is price and the following Factors: A. Marmoleum certification - Contractors providing a quote for this BPA shall include certificates of Marmoleum certification for all technicians that will be working on the flooring at the FEELC. These certifications shall be updated with the Contracting Officer when or if there are new technicians designated to work at FEELC by the Contractor. B. Past Performance - Contractors providing a quote must demonstrate successful past performance on projects that are of the same size, scope, and complexity. Submit information for up to five (5) of the most recent contracts (may include purchase orders, task orders, and subcontracts) completed during the past three years or that are currently in process for similar work. These projects may be with Federal, State and local governments, as well as commercial businesses. Information submitted must include the size, scope, and complexity of operations and any other information you feel is pertinent to establish your firm's capability to perform under this requirement. 5. Quoters must be enrolled in CCR (Central Contractor registration) in order to be considered for this award. Go to http://www.ccr.gov to enroll electronically. Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. To obtain a copy of the provision at this website http://www.epa.gov/oam/rtp_cmd/. Clause 52.212-4, Contract Terms and Conditions Commercial Items is hereby incorporated by reference. General Requirements 1. Type of Award: Orders issued off of this BPA shall be Firm Fixed Price and/or Time and Materials. 2. Delivery Period: The period of performance for this BPA shall be 3 years from time of establishment. 3. Location: The place of delivery is: U.S. Environmental Protection AgencyFirst Environments Early Learning Center109 T.W. Alexander DriveResearch Triangle Park, NC 27711 4. Wage Determination: The minimum wages required to be paid for work under this specification are incorporated. See Wage Determination 05-2401 (Rev.-4), specifically Carpet Layer (23140) on page 3 of the Determination. Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Alt I) (Feb 2007) (a)(4) [To be filled in at time of award] and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are hereby incorporated by reference. The following clauses cited in the clause which apply to this solicitation, 52.219-28, Post Award Small Business Program Rerepresentation (June 2007), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126), 52.222-3, Convict Labor (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, 52.222-50 Combating Trafficking in Persons and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.) Employee Class-Carpet Layer, Monetary Wage- WG-8, Fringe Benefits-25% 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2006), FAR 52.216-31 - Time-and-Materials/Labor-Hour Proposal Requirements-Commercial ItemAcquisition (Feb 2007), EPAAR 1552.211-79 Compliance with EPA Policies for Information Resources Management The FAR certifications and any subsequent amendments will be available via the Internet World Wide Web at http://www.epa.gov/oam/rtp_cmd only. Hard copies or diskettes will not be available. It will be your responsibility to frequently check the same site where the notice is posted for any amendments. All responsible sources may submit a proposal, via email or mail, referencing the RFQ number PR-NC-09-00007, no later than 3:00 p.m. 5 November 2008. Courier Delivery Address is; U.S. Environmental Protection Agency, Attn: Christopher Davis, Mail Code E105-02, 109 T. W. Alexander Drive, Research Triangle Park, NC 27711. E-mail is: davis.christopher@epa.gov. Telephone and fax requests for information will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=394346fd2550f98f05bceda3b2e22a96&tab=core&_cview=1)
 
Record
SN01695137-W 20081024/081022215138-394346fd2550f98f05bceda3b2e22a96 (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.