Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

Z -- CSC -15720 Repair Gutters at Building 11 - SP470215Q0073

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238170 — Siding Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-15-Q-0073
 
Archive Date
9/26/2015
 
Point of Contact
Ricardo Blanco Soto, Phone: 6146925296
 
E-Mail Address
ricardo.blancosoto@dla.mil
(ricardo.blancosoto@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation # SP4702-15-Q-0073 Construction Solicitation (FY2015) PR: 59319263 Description: Repair Gutters and Snow Guards at Building 11 Set-Aside 100% Small Business. Period of Performance: 30 days after award notification. Firm-Fixed-Price Contract. GENERAL REQUIREMENTS AND SCOPE OF WORK 1.1 GENERAL : This project consists of of replacing the gutters and snow guards on the eastside of building 11. Scope: The Contractor shall furnish all labor, material, supplies, equipment, tools, delivery, disposal and supervision required in performing all operations in conjunction with this project complete, in strict accordance with these specifications and Contract Drawing No. 3-1633 subject to the terms and provisions of this contract. This section of the specifications is applicable to all other sections herein. 1.2 CONTRACT DRAWINGS : The contract drawings indicate the extent and general arrangement of the existing facilities, new work, materials and equipment installations. If any departures from the contract drawings, other than minor adjustments, are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Contracting Officer or their authorized representatives soon as practicable for approval. No such departures shall be made without the written approval of the Contracting Officer. 1.3 MATERIALS AND EQUIPMENT : Unless otherwise specified or indicated on the drawings, all materials used in this project shall be new and shall be in compliance with respective material specifications indicated. Materials shall be the standard products of a manufacturer regularly engaged in the manufacture of the product. Items of material/equipment shall essentially duplicate material/equipment that has been in satisfactory use at least two years prior to bid opening. 1.3.1 Materials and equipment shall be installed in accordance with the approved recommendations and instructions of the manufacturer for obtaining conformance with the contract documents. 1.3.2 Materials delivered to the site shall be inspected for damage, unloaded, and stored with a minimum of handling. Storage facilities shall be provided by the contractor at the job site for maintaining materials at temperatures and conditions recommended by the manufacturer. Storage accommodations shall afford easy access for inspection and identification of each shipment. 1.3.3 Warranty of Construction: In addition to the warranty clause as specified in FAR 52.246.21 and Alternate I (April 1984), the Contractor shall provide to the Government, upon the completion of the project, the standard warranty of the material/equipment offered by the manufacturer which extends beyond the one year warranty of construction. 1.4 VERIFICATION OF DIMENSIONS : In addition to the "Site Investigation and Conditions Affecting the Work" clause under FAR 52.236.3 (Apr 1984), the Contractor shall familiarize himself thoroughly with all details of the work and working conditions, verify all critical dimensions and other data in the field, and advise the Contracting Officer or their authorized representative of any discrepancy before performing any work. 1.5 CONTRACTOR QUALIFICATIONS: This project requires the use of specialized skills and equipment. Contractors submitting offers for this project shall have not less than a minimum of three (3) years of work experience in having satisfactorily performed work of the types required by this project. 1.5.1 All contractors shall submit the following with their bid: written qualifications, work experience, and references for projects satisfactorily completed within the last two years, demonstrating the contractor is qualified and experienced to perform the specified work. The written qualifications statement shall be certified and signed by the principle of the contracting firm. 1.5.2 Details of workmanship shall be in accordance with the highest standards and best practices of the respective trade as recognized by respective contractor's association. Additional Notes: Wide Area Workflow (WAWF) Information for Wide Area Workflow (WAWF) Invoicing: Use 2 in 1 Type Invoice. To ensure timely payment the vendor should enter the required info in WAWF on the day the material ships from their facility. Contractors/vendors not using WAWF will need to register for WAWF in order to gain access to the new myInvoice functionality. Wide Area Workflow is a secure web based system for electronic invoicing, receipt, and acceptance. WAWF allows government vendors to submit and track invoices and receipt/acceptance documents over the web and allows government personnel to process those invoices in a real-time, paperless environment. WAWF is in accordance with the 2001 National Defense Authorization Act (DFARS 252.232-7003/252.232-7006 Electronic Submission of Payment Requests - January 2004) which requires claims for payment under a Department of Defense Contract to be submitted in electronic form. As of March 03, 2008, DOD has issued a final rule amending the Defense Federal Acquisition Regulation supplement (DFARS) to require use of the Wide Area Workflow as the only acceptable electronic system for submitting requests for payment (invoices and receiving reports) under DOD contracts Site Visit: DLA Installation Support -Columbus Engineering Services Branch, Building 308, Defense Supply Center (DSCC), Columbus, Ohio on September 3, 2015, at 1:30 p.m. (time). QUESTIONS & ANSWERS All questions shall be asked via email. Questions must be asked no later than September 8, 2015 no later than 12:00 p.m. eastern time. Section M: 1. One award will be made as a result of this solicitation. Award will be based on the basis of technically acceptable Fair Market Price received from the small business. 2. Past performance will be evaluated based upon ratings of acceptable and unacceptable. The Government will evaluate the quality of the offeror's past performance. This evaluation is separate and distinct from a responsibility determination mandated under FAR 9.103. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the solicitation. The Government may consider some or all of the following items which reflects the overall quality of the offeror's past performance: terminations for default, delinquencies, failure to comply with specification and/or Statement of Work requirements, amount of rework and any other available information. Offerors with no relevant past performance history or no available past performance history will not be evaluated favorably or unfavorably for past performance, but will receive a neutral rating. A neutral rating will not be a basis for not selecting an offeror whose proposal meets all of the solicitation requirements for award. The Government reserves the right to limit the number of references it decides to contact and to contact references other than those provided by the Offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-15-Q-0073/listing.html)
 
Place of Performance
Address: DLA LAND AND MARITIME, INSTALLATION SUPPORT, BUILDING 11, PO BOX 3990, COLUMBUS OH 43218-3990, United States
Zip Code: 43218-3990
 
Record
SN03862431-W 20150830/150829000248-eee7c7265ff7896416834674d8983c96 (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.