Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

80 -- Pressure Wash, Seal and Paint Interior and Exterior Walls at SATEC Fort Story, Virginia Beach, Virginia

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0343
 
Archive Date
10/6/2009
 
Point of Contact
Christine G. Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CLARIFY THE DUE DATE FOR QUOTES IS 21 SEPTEMBER 2009 AT 4:00 P.M. TOTAL SQUARE FOOTAGE OF BUILDINGS 922, 923, 924, 925, 926, 927 AND 928. BLOCK ONE, BUILDINGS 923/924 EQUALS 12,000 SQUARE FEET BLOCK TWO, BUILDINGS 924/925 EQUALS 11,980 SQUARE FEET BLOCK THREE, BUILDINGS 926/927 EQUALS 19,215 SQUARE FEET MULTI-FUNCTION, BLDG. 928 EQUALS 18,720 SQUARE FEET MUNICIPAL, BLDG. 922 EQUALS 6,400 SQUARE FEET This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). The solicitation number is H92244-09-T-0343. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure props and set dressings for SATEC located at Ft. Story, Virginia Beach, Virginia. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-36 effective 11 August 2009. This procurement is 100% small business set-aside. The associated NAICS code is 238320 with a business size standard of $14 million The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-S10. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Pressure wash all walls and ceilings to be painted in the SATEC target buildings 922, 923, 924, 925, 926, 927 and 928. Spray or roll two coats of flat primer on all walls and interior ceilings. Apply two coats of finish paint over primer. All interior spaces will be painted an off-white color. The exterior wall colors will vary by building to be determined by the range manager. QUANTITY 1 LUMP SUM Section D Delivery Services for Clin 0001 completed based on best value to the government. Delivery is an evaluation factor. Section E Inspection and Acceptance Inspection and Acceptance for Clin 0001 shall be at Destination by the government. Section I Clauses FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-14 Notice of Priority Rating for National Defense Use Sep 1990 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Jul 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Mar 2009 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Apr 2009 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Feb 2008 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Aug 2007 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party May 1999 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.242-15 Stop Work Order Aug 1989 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Feb 2006 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jul 2009 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 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: •i. Price •ii. Delivery Price and delivery, when combined, are relatively equal. Award will be made based on best vaue determination to the government. •(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 writte 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 Alt I Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jul 2009 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (ALL SOLICITATIONS AND CONTRACTS) (Jan 2005) 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 Ana Downes, telephone (757) 893-2722. SOFARS 5652.204-9004 Foreign Persons (Jan 2006) SOFARS 5652.214-9016 Technical and Contractual Questions Concerning This Solicitation (Jan 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the contracting office no later than 12:00 p.m. on 14 September 2009. 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 Christine Anderson at christine.anderson@vb.socom.mil. SOFARS 5652.233-9003 Paying Office Instructions (2005) •(a) The Primary Contracting Office Point of Contact for this contract is : Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, email anthony.witherspoon@vb.socom.mil, Phone (757) 893-2720 or Connie Hayes, NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, email constance.hayes@vb.socom.mil, Phone (757) 893-2717. •(b) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD Form 1155, Block 18a on the Standard Form 1449 or otherwise designated paying office. Quotes must be received no later than 4:00 p.m. on 21 September 2009. The offeror agrees to hold its prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Christine Anderson at christine.anderson@vb.socom.mil. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0343/listing.html)
 
Place of Performance
Address: Small Arms Testing and Evaluation Compound, Bldg. 928, Vung Tau Rd., Fort Story, VA 23459-5034, Virginia Beach, Virginia, 23459-5034, United States
Zip Code: 23459-5034
 
Record
SN01953630-W 20090916/090915000729-a64d52c904f97ded30978054c8e4791c (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.