Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

72 -- Removal of carpet and any base padding and installation of carpet at the MVD HQ BUILDING, 1400 Walnut St., Vicksburg, MS 39181.

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0040
 
Response Due
8/29/2013
 
Archive Date
10/14/2013
 
Point of Contact
Scott Brown, 601-631-7902
 
E-Mail Address
USACE District, Vicksburg
(scott.l.brown@usace.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. Removal of carpet and any base padding and installation of carpet at the MVD HQ BUILDING, 1400 Walnut St., Vicksburg, MS 39181. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number W912EE-13-T-0040 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-59. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 314110 Size Standard, 500 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13.5 - Test Program for Certain Commercial Items - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Mississippi Valley Division Headquarters building has a requirement for the contractor shall provide all qualified personnel, tools, equipment, materials and services required to perform removal of carpet and any base padding and installation of carpet at the MVD HQ BUILDING, 1400 Walnut St., Vicksburg, MS 39181. The contractor shall be accomplished all services below to meet the requirements of this SOW. Work shall be accomplished within (90 calendar days) after the arrival of materials by the contractor, no later than (120 calendar days) of award. Pre-Quote Site Visit: The Contractor is required to make a pre-quote site visit to verify and determine all parameters necessary to properly remove existing flooring and install new flooring and shall be included in the contractors quote. Contact Jamie Baker at (601) 634-5063 or jamie.baker@usace.army.mil to schedule a site visit. Additional details including a scope-of-work are posted as attachments to this notice. OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, remove existing flooring and install new flooring as specified in accordance with the project scope-of-work ; Total Line Item Price: $________________. The government intends to make a single award for one lump sum. Offers for less than the required supplies will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government, and offerors are encouraged to provide their best proposed pricing in their initial offer. PROJECT SPECIFICATIONS: Reference the Scope-of-Work attachment posted with this solicitation under the quote mark Additional documentation quote mark link toward the bottom of this announcement. Clause 52.212-2 - Evaluations - Commercial Items; (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: All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable & Demonstrates Satisfactory Past Performance. (I) Technical Acceptability; is defined as the documented capability to meet the minimum requirements of the project specifications as defined in this solicitation and the attached scope-of-work, including the capability to provide carpet in accordance with the schedule, capability to remove base padding and carpet and install new carpet to meet or exceed the specified completion schedule in accordance with the scope-of work. (A) Offerors shall submit documentation of their technical capability to perform the work as specified, such as documentation of the experience of the company completing contracts of a similar type, size, scope & complexity and/or experience of key personnel and crew who will be performing the work including resumes, equipment lists, etc. and/or any other information to enable the Government to determine the company's technical qualifications. (B) Offerors shall submit with their proposal package a project completion timeline/schedule including proposed progress milestones for the specified scope-of-work. (C) To be considered for award, offers of quote mark equal quote mark products, including quote mark equal quote mark products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (a) The Contracting Officer will evaluate quote mark equal quote mark products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (b) Unless the offeror clearly indicates in its offer that the product being offered is an quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (II) Satisfactory Past Performance; to demonstrate satisfactory past performance the offeror shall submit documentation of satisfactory performance on past or current contracts involving contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify such past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance, and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance, or price may be cause for rejection of your quote. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Before a complete evaluation of your proposal can be made offerors must provided quote mark Offeror Representations and Certifications quote mark for their company. The preferred method for providing Reps & Certs s is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their proposal package. The following FAR Clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.212-7000 Offeror Reps & Certs; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-13-T-0040 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review inquiry items, offerors will need to self-register on the Proj-Net site. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-13-T-0040 The Bidder/Offeror Inquiry Key is: NYY9X5-SCW4YX Bidders/Offerors are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Notes to Offerors: Proposals are due 29 August 2013 not later than 12:00 Noon CST. to U.S. Army Corps of Engineers, ATTN: Scott Brown, Room 141, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Scott.L.Brown@usace.army.mil. For information concerning this solicitation, contact Scott Brown at (601) 631-7902; E-mail: Scott.L.Browns@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Quotes are due 29 August 2013 not later than 12:00 Noon CST at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-13-T-0040 to the Attn. of Scott Brown, Room 141, Vicksburg District Contracting Office, CEMVK-CT-C.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0040/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03151452-W 20130817/130816000612-48cdb7ba23923bee43d5535ec36942f1 (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.