Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

Z -- Steel Painting Atlantic City NJ

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
801 Eye St. NW, Washington, DC 20001
 
ZIP Code
20001
 
Solicitation Number
HSTS07-14-Q-CAO012
 
Response Due
9/15/2014
 
Archive Date
3/14/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: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.The solicitation number is HSTS07-14-Q-CAO012 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 238320 with a small business size standard of $15.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-15 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Transportation Security Administration (TSA) requires the following items, Meet or Exceed, to the following: LI 001: Indoor Firing Ranges (3 buildings) - prepare and paint metal exoskeleton (structural support beams, girders, rivets and attachment material), metal doors and door frames to be prepared and painted. - Each range is 34,281 sqf - Total of six - 3.0' X 7.0' steel perimeter doors Each building is constructed of mostly polished block on the exterior; interior is a special type of sound absorbing block. Buildings are supported by steel H beam exoskeletons which require rust removal and repainting. At the rear of each building is a bullet trap - roughly 5,200 sqf of steel surface - requires sand blasting and repainting. (See SOW for details), 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration (TSA) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration (TSA) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is: 238320 with a small business size standard of $15 Million average annual receipts." Award will be made to a responsive offeror (one who submits all required submissions on time and attends the mandatory site visit), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Provide a complete cost breakdown (labor, materials, equipment, and mark-ups). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 number is HSTS07-14-Q-CAO012 and is issued as an invitation for quotes unless otherwise indicated herein. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received by Thursday, 11 September 2014 at 12:00 PM will not be accepted. Quotes shall consist of the following and should be submitted in the following order: A. Technical Content 1. Technical Approach The Offeror shall provide a technical approach that clearly addresses each area of the Statement of Work. Offeror shall especially focus on the following: Understanding of the requirement, experience and qualifications of the personnel that will perform the work, demonstrated ability to meet the schedule/period of performance,and a draft schedule. 2. Past Performance Past performance information should include demonstrated successful past performance. A description of past and current contracts should be provided, citing work as closely related as possible to the current effort. Contractors are required to provide two references with a brief description of previous projects of similar size and complexity. The TSA may contact those references during the evaluation process to verify relevant experience and performance. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a. Contract Number b. Contract Description c. Contract Amount and Type of Contract d. Name, address, E-mail address, and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the Contracting Officers Technical Representative (COTR). If commercial, provide the technical and contracting equivalent). e. Size and complexity of the project. For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA will be contacting them. TSA reserves the right to not contact all provided references or make repeated attempts to contact nonresponsive references. For any subcontractor performing a critical element of the work, please furnish at least two references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. B. Pricing : The offeror shall submit pricing utilizing FedBid. There will be a site visit at 10:00 (EDT) on Wednesday, September 3, 2014. Contact Lane Jones at (571) 227-2826 or email lane.jones@tsa.dhs.gov to confirm your attendance and receive meeting instructions no later than Friday, August 29, 2014 at 3:00 PM EDT. Please provide your company name and the names of the individual attendees. Each individual must show a valid ID to gain access to the Federal Air Marshal Atlantic City Airport facilities; acceptable forms of ID are: US Drivers License; US Passport or Passport Card; Certificate of Naturalization; Certificate of Citizenship; Permanent Resident Card. FAILURE TO ATTEND THE SITE VISIT WILL ELIMINATE YOUR QUOTE FROM CONSIDERATION. The Contractor shall have 30 days following contract award to begin working; conclusion of the work, to the satisfaction of the Contracting Officer's Representative, shall not exceed 60 days. Extensions may be made if agreed upon by the Contracting Officer and the Contractor if delays are the fault of Nature or the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-Q-CAO012/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03522646-W 20140924/140923000026-5a9be13bb1851b4d793b2f580dab411d (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.