Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

Z -- REPAIR/PAINT MULTIPLE HANGER FLOORS - SOW

Notice Date
3/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 173 FW/LGC, KINGSLEY FIELD, 223 ARNOLD ST., SUITE 35, KLAMATH FALLS, Oregon, 97603-1937
 
ZIP Code
97603-1937
 
Solicitation Number
W912JV-16-T-7004
 
Archive Date
5/14/2016
 
Point of Contact
Jerry E. Fuls, Phone: 5418856495
 
E-Mail Address
jerry.e.fuls.mil@mail.mil
(jerry.e.fuls.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Repair by Painting Multiple Floors 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. (1) CENTRAL CONTRACTOR REGISTRATION / WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register all firms must have a Dunn & Bradstreet number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Contractors should submit their Certification and Representations using the online Representations and Certifications (ORCA) at https://orca.bpn.gov/. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow https://wawf.eb.mil/. Alternate payment methods are not authorized. (2) SET ASIDE: This solicitation is 100% set aside for small business; the associated NAICS code is 238330. The small business size standard is $14.0M averaged over the last three years. Size standards will be verified prior to making award by the Contracting Officer. THIS PROJECT IS NOT INTENDED FOR MANAGEMENT FIRMS OR BROKERS. (3) SITE VISIT: Kingsley Field Air National Guard Base 173rd Civil Engineering Office Klamath Falls Oregon A SITE VISIT IS SCHEDULED FOR 13 APRIL 2016, 10:00 AM PACIFIC STANDARD TIME. INTERESTED FIRMS SHALL PROVIDE THE FOLLOWING INFORMATION TO MRS. ANNA HARSCH VIA E-MAIL TO anna.m.harsch2.nfg@mail.mil NO LATER THAN 4 April 2016; a. Company name. b. Visitor Name. c. Drivers license number. d. Country of citizenship. THE SUBJECT LINE IF YOUR E-MAIL SHALL STATE "SITE VISIT - REPAIR /PAINT MULTIPLE HANGAR FLOORS. FIRMS THAT FAIL TO PROVIDE THIS INFORMATION TIMELY MAY NOT BE GRANTED ACCESS TO KINGSLEY FIELD AIR NATIONAL GUARD BASE FOR THE SITE VISIT. Per Federal Acquisition Regulation Clause 52.237-1, Site Visit; Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. (4) EVALUATION AND AWARD; Award will be made on the basis of the lowest priced quote meeting or exceeding the salient characteristics listed in this solicitation. The Government intends to award one Firm Fixed Priced contract as a result of this solicitation. Failure to comply with the solicitation terms and conditions may result in a proposal being deemed as non-responsive. Read the solicitation carefully. (5) REQUESTS FOR INFORMATION; Requests for information (RFI's) shall be e-mailed to the Contracting Officer (Jerry Fuls - jerry.fuls@ang.af.mil) within 5 business days of the solicitation close date. (6) UTILITIES; The Government will pay for the usage of utilities required to complete this work IAW FAR Clause 52.236-14, Availability and use of utility service. (7) STATEMENT OF WORK: Reference the attached statement of work entitled Repair/paint Multiple Hangar Floors. PN: KJAQ162004 dated 16 February 2016. (8) WAGE DETERMINATION: Service Contract Act wages apply to this acquisition. Wage Determination Number 05-2439, Revision number 18 Date of revision 01/05/2016. (9) SCHEDULE: The contractor will not be allowed to work on the base SDO (scheduled day off) Mondays without approval of base civil engineering office. The contract performance period for these services shall not exceed 90 calendar days. The successful offeror shall be required to submit a schedule of work to allow for the 173rd Base Civil Engineering Office to coordinate appropriately with facility managers and users. (10) PRICE SCHEDULE: CLIN 0001: Bldg 219 and CLIN 0002: Bldg 332 - See statement of work. (11) TO PROPOSE: Firms shall provide the following: A. Provide a Lump Sum price for CLIN 0001. B. Provide a Lump Sum price for CLIN 0002 and total price. Copy of on-line representations and certifications. (12) PROPOSAL DUE DATE: Proposals shall be sent via e-mail to Jerry Fuls at jerry.e.fuls.mil@mail.mil OR faxed to 541-885-6600 and received no later than 12:00 PM Pacific Standard Time on 29 Apr 2016. Late proposals will not be accepted. Proposed pricing shall be valid for 45 calendar days. (13) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-48, effective 31 Jan 2011. Clauses may not be in sequential order. 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a complete copy of this provision with their proposal) 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; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.236-14 Availability and Use of Utility Services 52.237-2 Site Visit 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: 541-885-6600 52.232-18 Availability of Funds 252.201-7000 Contracting Officers Representative 252.204-7004 Required Central Contractor Registration. Alt A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alt III 252.243-7002 Requests for Equitable Adjustment 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more Clauses bu reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far or http://farsite.hill.af.mil/ (14) POC: Point of Contact for this acquisition is Jerry Fuls, 173 rd Base Contracting Officer, Kingsley Field Air National Guard Base, Phone 541-885-6495, E-mail jerry.e.fuls.mil@mail.mil Fax 541-885-6600.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-1/W912JV-16-T-7004/listing.html)
 
Place of Performance
Address: 219 Vandenberg Dr, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04066847-W 20160401/160330234257-2dea5d6ddc2a77150c57bb47ea97b2b3 (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.