Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
MODIFICATION

Z -- M&R ROOFS(FORT BRAGG)

Notice Date
9/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-14-T-ROOF
 
Response Due
9/22/2014
 
Archive Date
11/9/2014
 
Point of Contact
Vickie Grant, 910 251-4804
 
E-Mail Address
USACE District, Wilmington
(vickie.l.grant@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION 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. Solicitation Number W912PM-14-T-ROOF is being issued as a Request for Quote (RFQ). The Government contemplates award of a single Firm-Fixed Price contract. This procurement is being competed as a 100% Small Business set aside. The North Atlantic Industry Classification System (NAICS) code is 238160 with a small business size standard of $15 million. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-74. Description of Requirement: The Wilmington District, of the US Army Corps of Engineers requests that the contractor provide a full service contract for the maintenance and repair or replacement of roofs for structures located at Fort Bragg, North Carolina. Repair services may extend to Simmons Army Airfield, Pope Field, and Camp Mackall, North Carolina. The Government shall not exercise any supervision or control over the Contractor's employees performing the services herein. Such contractor employees shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, supervision, and other non-personal services necessary to provide for the installation, maintenance, and repair of roofing Demand Maintenance Orders (DMOs) identified within the Technical Exhibits (TE) in accordance with the Performance Work Statement (PWS), except for those items specified as government furnished property and services. The structures not limited to barracks, admistrative buildings, and hangars, vary in size, function, and age. The roofs for these structures vary in their size, shape, and constructed materials. The contractor shall ensure that maintenance, repair, service, and replacement of any roofs are in accordance with manufacturer instructions, specifications, and adherence to maintaining the aesthetics of the structures. Particular attention is required for the historical structures in maintaining the integrity and adherence to historical building codes for these structures. The current work for approximately 37 Demand Maintenance Orders (DMOs) is requested and identified in the TEs. All work, safety, security, and quality standards SHALL be in accordance with the attached PWS. Background checks will be required for all Contractor personnel. See the attached Performance Work Statement for details and requirements regarding this standard procedure. A NEW Site Visit will be held at Fort Bragg. The Site Visit will span two days with Day one(1) beginning at 9:00 AM EST on 16 September 2014 & Day two(2) beginning at 9:00 AM EST[local prevailing time at U.S. Army Fort Bragg, North Carolina]. The duration of each day will be determined by the number of attendees and the time required for evaluations. The meeting location will be at Building #251(across from the fire department). Proceed to the double glass doors at the middle of the building for check-in. All Offerors requiring an access pass will meet on the morning of the Site Visit at the All American Gate at 8:30am to retrieve a pass. The access pass will be good for both days of the Site Visit. The purpose of this Site Visit is to provide Offerors an opportunity for complete evaluation of roofing DMOs identified in the TEs,ask questions, and for the Government to explain or clarify the specifications/requirements. The Government anticipates providing equipment for roof access, however, Offerors are allowed to bring ladders or lifts in order to access the roofs. ALL OSHA & SECURITY REGULATIONS/STANDARDS SHALL BE ADHERED. Remarks and explanations at this Visit shall not qualify the terms of the solicitation and specifications which shall remain unchanged. Any procurement, technical and cost questions concerning the request for quote arising before the visit shall be submitted in writing. Questions submitted or raised at the conference, will be answered at the conference to the extent that time and information at hand will permit. All questions will be answered either in writing or electronically at the Army Single Face to Industry website (https://acquisition.army.mil). If an amendment is issued, normal procedures shall be applied. Offerors are responsible for periodically accessing the website for amendments and information. Attendance is urged and shall be at the expense of the offerors. For security purposes, attendance must be confirmed in writing and received no later than 15 September 2014 at 9:00AM [local prevailing time at U.S. Army Fort Bragg, North Carolina]. Offerors shall submit their confirmation to Contract Specialist, Ms. Vickie Grant at Vickie.L.Grant@usace.army.mil. The attached Fort Bragg Special Event Access Attendee list must be completed with ALL requested information filled: (1) Complete Name(s) of individuals attending; (2) Status/position held in the company; (3) Name of the organization/company represented; and (3) Telephone number (4) Relationship to Sponsor; ** IN THIS AREA, please annotate whether you require an access pass with (Y)es or (N)o. Please Note: Background checks will be conducted. Individuals with Felony Convictions will not be granted access. In addition, individuals with three (3) or more Misdemeanor convictions (other than traffic) within the last five (5) years will not be granted access. The Contractor shall provide and comply with the requirements of the U.S. Department of Labor Wage Determination 2005-2393, Revision 15, dated 07/25/2014, in Cumberland, Harnett, Hoke, Moore, Richmond, and Scotland Counties, North Carolina. To view the specifications for this requirement and all additional information regarding this requirement, please visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi and click onto the Contracting Opportunities option and enter the Solicitation W912PM-14-T-ROOF. The following provisions and clauses apply to this acquisition: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.219-1, Alternate I, Small Business Program Representations 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.222-99, Establishing a Minimum Wage for Contractors (Deviation) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.236-1, Performance of Work by the Contractor 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-20, Warranty of Services 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-5, Authorized Deviations In Provisions 52.252-6, Authorized Deviations In Clauses 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7003, Agency Office of the Inspector General 252.204-7004, Alt A, System for Award Management 252.204-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7006, Billing Instructions 252.204-7008, Export-Controlled Items 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer with verified recent and relevant experience. QUOTES ARE DUE NO LATER THAN 2:00 PM, EASTERN DAYLIGHT TIME, 22 September 2014. PARTIES INTERESTED IN RESPONDING TO THIS RFQ ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY and in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) to the Contract Specialist, Vickie Grant, at Vickie.L.Grant@usace.army.mil. Oral communications are not acceptable responses for this notice. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b5d2d822a1fe36d171438814073691f6)
 
Place of Performance
Address: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC
Zip Code: 28403-1343
 
Record
SN03504502-W 20140912/140910235325-b5d2d822a1fe36d171438814073691f6 (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.