Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

99 -- Mezzanine System

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
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
H92244-11-T-0255
 
Archive Date
9/28/2011
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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 requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0255. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 August 2011. North American Industrial Classification Code (NAICS) 339999 with a standard business size of 500 employees applies to this procurement. This procurement is 100% Small Business Set-Aside. The DPAS rating for this procurement is DO-C9. SECTION B CLIN 0001, Description: Mezzanine System. See SOW, Qty: 1, Unit of Issue: Lump Sum; Delivery: TBD Deliver to: 20 miles of 23461 in Virginia Beach, VA FOB Point is Destination. Inspection is at Destination Acceptance is at Destination Statement of Work 1.0 Overview 1.1 The contractor shall provide and install a mezzanine system with office area and cage system at a location within 20 miles of 23461 in Virginia Beach, VA. 2.0 Specifications 2.1 Mezzanine. The mezzanine shall be approximately 21 feet x 45 feet with 2 levels and a solid floor. 2.1.1 The system shall at a minimum have a load capacity of 150psf. Foot plates shall be placed around the base of the "I" beams. The mezzanine and all of its components are required to be powder coated. The contractor shall equip the sub-surface with a decking that is of a ¾ inch tongue and groove design. 2.1.2 Stair Case: The contractor shall provide (2) stair cases each equipped with two hand-rails, compliant with OSHA regulations. One of the stair cases shall be equipped with a landing. Hand-rails shall be removable and part of the self supporting stair system which is required to be fastened to the floor. Hand-rails shall be powder coated safety yellow. 2.1.3 The contractor shall use a steel bar grating of 1" x 1/8" to be used. 2.2 Office Area. The office area shall be located on the second level and shall be approximately 20 feet x 17 feet. 2.2.1 Heating and Cooling: The contractor shall provide an HVAC unit and electrical for the office area. The air conditioner shall be between 17,000 and 20,000 BTU's for adequate cooling of the office environment and 11,000 to 14,000 BTU's for heating. 2.2.2 Walls: The contractor shall provide and install modular wall sections to enclose the office area. The walls shall be 8 feet high. Walls must not be greater than 3-4 inches in thickness. Walls are required to be constructed of a material that is fire resistant, such as polystyrene core, rated at a minimum R-Value of 11 to meet building codes. Walls are required to be sound resistant with an approximate STC rating between 30-35. Walls are required to have a vinyl skin so as to allow for easy cleaning and maintenance. Walls must be capable of supporting load bearing functions. The wall sections must be constructed of steel wiring studs so as to add to the fire resistant characteristics of the system and easy wiring. The wall sections are required to have quick access to the studs and wiring from both sides of the wall. 2.2.3 Ceiling/Flooring: The contractor shall provide a ceiling that is suspended (Class "A") and is capable of incorporating lighting, heating, air conditioning, ventilation, and electronics. The contractor shall provide a vinyl no-slip flooring. 2.2.4 Doors and Windows: The office shall incorporate 4 horizontal slide windows (3 feet wide x 4 feet high) that are insulated. The doors shall be hollow steel doors (1/2 safety glass). 2.2.5 Electrical: The contractor shall provide and install the following: telephone/comm lines, 3-way switches, duplex receptacles, fluorescent fixtures, breaker box, 2.3 Sprinkler System: The contractor shall provide and install a sprinkler system that has a sufficient number of 165 degree heads to be in compliance with fire and safety regulations. The fire system is required to meet the most current NFPA regulations. 2.4 Cages: The contractor shall provide and install a two (2) cage system. Each cage system shall be approximately 7 feet high x 20 feet wide x 20 feet deep with 2 sliding doors. The sliding doors are required to be 5 foot and be equipped with padlock lugs. The cages shall be constructed of 10 gauge, 1.5" diamond mesh, powder coated gray. 3.0 All measurements are approximate, the contractor will be required to attend a site visit to do field measurements. Contractor shall provide all delivery/ installation costs with their proposals. The contractor will have to take into account factors such as, the current site conditions, existing equipment,, floors, conduits, location of utilities etc... when providing their quote. The contractor will be required to provide a professional engineering drawing stamp of approval for the mezzanine or any other structural component. The contractor shall be responsible for all measurements. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-6 Brand Name or Equal Aug-99 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-1 Site Visit Apr-84 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Changes -- Fixed-Price Aug-87 FAR 52.243-1 Alt I Changes -- Fixed-Price Alt I Apr-84 FAR 52.245-1 Government Property Aug-10 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7000 DISCLOSURE OF INFORMATION Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 ALT III Transportation of Supplies by Sea ALT III May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements Feb-95 FAR 52.212-2 Evaluation -- Commercial Items Jan-99 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Apr-11 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Aug-11 FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) May-11 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun-11 SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) SOFARS 5652.228-9000 Required Insurance (2003) Section G SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) 9/1/2010 LOCAL The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. 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, in descending order of importance: Technical ability to meet specifications, past performance, delivery/installation time frame, and price. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (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. SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (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, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins 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: Kenneth Brumfiel - Contract Specialist Kenneth.brumfiel@vb.socom.mil PH - 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. A site visit will be held for this requirement, interested parties are required to attend this one and only site visit. Measurements and descriptions are approximate, the vendor will be required to make a site visit to take and confirm all measurements and to ensure the proper fit of the equipment. This site visit is mandatory so as to ensure form/fit/and functionality of all equipment. A site survey will be conducted at 1636 Regulus Ave., Virginia Beach, VA 23461 on Thursday September 8, 2011 at 11:00AM EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive at the NSWDG SECURITY/SHIPPING & RECEIVING BUILDING at precisely at 11:00AM EST. There will not be another opportunity to view the site. Interested parties who are late will not have access to the site. Please note that visitors will first have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information. Visitors must submit the following information 1) Full Name of each individual attending the site visit 2) Company name (including DUNS#, Cage Code) 3) Full social security number of each individual attending the site visit 4) Date of birth of each individual attending the site visit 5) Place of birth of each individual attending the site visit 6) Country of citizenship of each individual attending the site visit 7) Vehicle Information to include the make/model/year/color/state/license plate #/ of each vehicle. 8) Please note that in order to obtain a vehicle pass you will have to display the appropriate ID, registration, vehicle inspection slip (if applicable) etc... All site visit information must be received by no later than Friday, September 2, 2011 at 8:00 AM EST. Please send all information to Kenneth Brumfiel via email only at kenneth.brumfiel@vb.socom.mil, insert the solicitation number "H92244-11-T-0255" into the subject line of the email. Please call 757-893-2716 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil after the site visit by September 9, 2011 at 9:00AM EST questions will be answered after the site visit. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 13 September 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0255/listing.html)
 
Record
SN02552226-W 20110828/110827000353-aadcd54c79172b97980aa44fad024147 (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.