Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

Z -- RGNF-Saguache Office Carpet Replacement - Package #1

Notice Date
6/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82AK-S-16-0010
 
Archive Date
7/15/2016
 
Point of Contact
Kim A Decker, Phone: 719-852-6211
 
E-Mail Address
kdecker@fs.fed.us
(kdecker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Complete solicitation package AG-82AK-S-16-0010 Attachment 4-Service contract wage determination Attachment 3 - Pictures-Saguache office carpet replacement Attachment 2 - Drawings for Saguache office carpet replacement Attachment 1-Specifications for Saguache office carpet replacement Form SF-1449 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; quotes are being requested and the complete solicitation is attached. Solicitation number AG-82AK-S-16-0010 is being issued as a request for quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This project is set aside for small business concerns under NAICS code 238330 Flooring Contractors - Size Standard $15 million. SCHEDULE OF ITEMS: Pay Item Description Pay Unit Method of Measurement Est. Quantity Unit Price Total Cost 01732 Removal of Old Carpet D.Q. Square Feet 4567 tiny_mce_marker________ tiny_mce_marker________ 09680 Floor Preparation D.Q. Square Feet 4567 tiny_mce_marker________ tiny_mce_marker________ Option A:* 096813 Tile Carpeting ONLY D.Q. Square Feet 4567 tiny_mce_marker________ tiny_mce_marker________ Option B:* 096816 Sheet Carpeting ONLY D.Q. Square Feet 4567 tiny_mce_marker________ tiny_mce_marker________ Option C:* 096820 Tile AND Sheet CarpetingD.Q. Square Feet 4567 tiny_mce_marker________ tiny_mce_marker________ Total for Standard Items + Option A: tiny_mce_marker_________ Total for Standard Items + Option B: tiny_mce_marker_________ Total for Standard Items + Option C: tiny_mce_marker_________ *ONLY PAY ITEMS 01732, 09680 AND ONE OPTION, WHICHEVER IS MOST ADVANTAGEOUS AND THE BEST VALUE TO THE GOVERNMENT, WILL BE AWARDED. **Or approved equal. Specific brands/styles/colors are shown for clarity only. Payment will be made for actual work performed as described in the specifications unless otherwise noted. C.1 SCOPE OF WORK: Contractor will remove and replace the carpet within the Saguache District Office. Contractor shall make a concerted effort to retain existing vinyl baseboard, replacing any damaged/un-reusable baseboard. Replaced baseboard will not be paid for separately. C.2 BACKGROUND INFORMATION: The existing carpet in the Saguache District Office is old and warn; there are several areas that present tripping hazards. Desired Outcomes: Remove, dispose, and replace the carpet, transition strips, etc. while preserving the vinyl baseboard. The final carpet will be installed according to industry standards. C.3 REQUIRED SERVICE: 1. Contractor will be required to move all furniture, as necessary, for the execution of the work and return it to its original location. 2. Remove and dispose of existing carpet, adhesive, transition strips, etc. in accordance with Specifications Section 01732. Retain existing vinyl baseboard. 3. Prepare floor for installation of new carpet according to industry standards. 4. Install new carpet, after approval of Contracting Officer, according to industry standards. Broadloom carpet, carpet tiles, or a combination of both carpet types is acceptable; however, a preference will be given to carpet tile. C.4 SPECIAL REQUIREMENTS: 1. NEPA Analyses are not required. 2. Work area is within a government facility; access is limited. See Section 01732 of these specifications for more information. 3. Contractor shall be licensed in their home state as required by that state. C.5 PROJECT LOCATION Administration of this contract is handled out of the Rio Grande National Forest Supervisor's Office, 1803 West Highway 160, Monte Vista, Colorado. The physical location of the work is at the Saguache Ranger District Office, 46525 State Hwy 114, Saguache, CO. From the center of Saguache, drive approximately 0.7 miles west on State Hwy 114. Turn right into the Ranger District Office complex. C.6 BIO-PREFERRED The Contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, "Strengthening Federal Environmental, Energy and Transportation Management," and the Federal Acquisition Regulation to provide biobased products. The Contractor shall utilize products and material made from biobased materials (e.g. carpets) to the maximum extend possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer (CO). The following are examples of products that may be used in this contract for which biobased products are available. The list is not all inclusive that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications. Carpets Biobased products that are designated for preferred procurement under USDA's BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor shall provide data for their biobased products such as biobased content and source of biobased material. In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products. The Contractor shall submit with the initial proposal a complete list of biobased products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification. The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category. C.7 CONTRACTOR REPRESENTATIVE: The contractor shall provide a contract representative for the performance of the work, if not themselves. The name of this person and an alternate who shall act for the contractor when the contractor is absent shall be designated in writing to the contracting officer. The contractor representative or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contractor representative and alternate must be able to read, write, speak, and understand English. For Specific Tasks, Inspection and Acceptance, Deliverables, Contract Administration Data, Special Contract Requirements, Contractor submittals, refer to the attached complete solicitation package. AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is from approximately September 26, 2016 through November 30, 2016. The period of performance of this contract is 60 days from award date. The following provisions and clauses apply to this acquisition: SECTION I - CONTRACT CLAUSES 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by 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): Clauses that begin with 52; reference the Federal Acquisition Regulations (FAR): https://www.acquisition.gov/far/ Clauses that begin with 452; reference the Agricultural Acquisition Regulations (AGAR): http://www.usda.gov/procurement/policy/agar.html 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.228-5 Insurance - Work on a Government Installation. (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (APR 1984) 452.236-72 Use of Premises. (NOV 1996) 452.204-70 Inquiries (FEB 1988) 452.237-70 Loss, Damage, Destruction or Repair. (FEB 1988) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. (MAR 2016) -SEE ATTACHED COMPLETE SOLICITATION PACKAGE FOR FULL TEXT. ADDENDUM to FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989), the following information is provided: This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Laborer, GS-4 $10.46/hr* *FRINGE BENEFITS: Life, Accident and Health Insurance and Sick Leave Programs - 5.1 percent of basic hourly rate. 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless- (1) The product cannot be acquired- (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.biopreferred.gov. (c) In the performance of this contract, the Contractor shall- (1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report no later than- (i) October 31 of each year during contract performance; and (ii) At the end of contract performance. AGAR 452.219-70 SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: Contract line item(s): All - NAICS Code 238330 Flooring Contractors - Size Standard $15 million AGAR 452.228-71 INSURANCE COVERAGE (NOV 1996) Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. (b) General Liability. The Contractor shall have bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence. (c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. 52.216-1 Type of Contract. (APR 1984) The Government contemplates award of a Fixed price contract resulting from this solicitation. SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS All Attachments are located at the end of this solicitation Attachment No. Description Pages 1 Specifications-Saguache Office 23pages 2 Drawings-Saguache Office 3pages 3 Pictures-Saguache office furniture 7pages 4 Service Contract Wage Determination Wage Determination No.: 2015-5433 Revision No.: 2 Date of Revision: 12/29/2015 11pages SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFEROR'S OR RESPONDENTS - Refer to the attached complete solicitation. SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2015)-See attached complete solicitation for full text. SOLICITATION PROVISIONS Offerors are cautioned that sufficient and detailed information must be provided to enable the Government to evaluate their proposals fully in accordance with the evaluation and award criteria contained herein. The Government is not obligated to ask for additional information and in the absence of appropriate information; the quote will be rated deficient. A. Offerors shall submit their quote(s) in the following format and the quantities specified: (1) One copy of the Price Plan to include: -Completed/Signed Offer, SF-1449 complete blocks 17, 30a,b, and c -Completed Schedule of Items, See Section B -Section K-completed (2) One copy of the Technical Plan to include (See Section M): -Past Performance -Experience -Pattern/Color/specifications of carpet -Biobased Procudes and Usage QUOTE RESPONSE DATE: EMAIL QUOTES: Must be received no later than, JUNE 29, 2016 by 5:00 PM MST ALL MAIL OR HAND DELIVERED QUOTES: Must be delivered to Rio Grande National Forest, Attn: Contracting, 1803 W. Hwy. 160, Monte Vista, CO 81144 no later than, JUNE 30, 2016 by 2:00 PM MDT. Email submission of quotes is preferred: email to kdecker@fs.fed.us or mailed/delivered to: USDA Forest Service, Attn: Kim Decker, 1803 W. Hwy. 160, Monte Vista, CO 81144 No faxed proposal will be accepted. 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (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: 1. TECHNICAL PLAN: The Government will evaluate the offeror's technical approach for carpet and installation. a. PAST PERFORMANCE - Relevant Past Performance: Furnish a list of three (3) projects of similar magnitude completed by the firm within the last three (3) years. The list should include, work similar in nature and complexity to that required by this solicitation. Include contracts with the Federal Government, agencies of state, and local governments, and commercial customers. For each project cited, provide the following: • Name of the project • Location of project • Administering POC's name, phone, and email address • Total cost of the project • A brief narrative of the project (include size, i.e. acres, square feet; date of start and completion or anticipated completion date). The Government may or may not contact any or all references listed. For any projects with less than positive performance you are encouraged to provide a description of the problems and efforts made to correct and to prevent future occurrences. Firms lacking past performance will not be rated favorably or unfavorably in this area, but will receive a neutral rating. b. EXPERIENCE - Identify the years of experience of the firm and employees with work similar to the type of work required under this project. Identify subcontractors, if any, and experience. c. PATTERN/COLOR OPTIONS: Provide color and pattern descriptions, color numbers, product numbers, carpet brand of proposed colors and patterns; provide carpet specifications. d. BIOBASED PRODUCTS AND USAGE - Use of Biobased Products: Demonstrate the degree to which you have acquired, installed and your commitment to use biobased products in this type of project. Offerors possessing past performance experience in the area of carpet biobased products will receive greater consideration than others. 2. PRICE PLAN - Price evaluation will be performed on the schedule of items as attached within the solicitation starting on page 3. (a) Technical and past performance, when combined, are equal to price. Offerors are advised that award will be made to the offeror whose quote provides the best overall value to the Government, not necessarily low price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (c) This contract will be awarded on factors other than of price and may be awarded without discussion. The Government will evaluate each proposal against the following factors: past performance, experience, and price. When combined, these technical evaluation factors are approximately equal to cost. M.2 EVALUATION RATINGS Each proposal will be evaluated strictly on its content and will not assume that performance will include anything not specified in the proposal. The evaluation will be conducted in accordance with the procedures established here. The Evaluation Panel will assign to each evaluation criterion a final adjective consensus rating of exceptional, acceptable, neutral, marginal, or unacceptable based on the following descriptions: EXCEPTIONAL: The proposal complies with all instructions for submission and includes additional information that indicates consistent high quality performance can be expected from the contractor. One or more items of service or evidence of past experience exceeds the acceptable or minimum requirement. ACCEPTABLE: The proposal complies with all instructions for submission and meets all minimum requirements of service under the proposed contract. NEUTRAL: This rating will be used if there is not enough past performance information provided in the proposal for an effective evaluation. The reason for this rating is an offeror cannot be penalized for no past performance information. MARGINAL: The proposal complies with most instructions for submission and/or fails to meet all minimum requirements of services under the contract so as to appear weak in regards to meeting the stated minimum. UNACCEPTABLE: The proposal does not provide minimum requirements of service and/or fails to comply with instruction regarding submission of the proposal. Proposal ix extremely weak in regards to meeting the stated minimum requirements of service so as to have major weakness bEyond discussions. M.3 AWARD DETERMINATION The Offerors proposal shall be in the format prescribed by, and shall contain a response to each of the areas identified which affects the evaluation factors for award. The Government will determine best overall value on the basis of the factors described above. AGAR 452.237-71 Pre-Bid/ Pre-Proposal Conference (FEB 1988) (a) The Government is planning a pre-bid/pre-proposal conference, during which potential offerors may obtain a better understanding of the work required. (b) Offerors are encouraged to submit all questions in writing at least five (5) days prior to the conference. Questions will be considered at any time prior to or during the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and answers, and a list of attendees, will be disseminated. (c) In order to facilitate conference preparations, it is requested that the person named on the Standard Form 33 of this solicitation be contacted and advised of the number of persons who will attend. (d) The Government assumes no responsibility for any expense incurred by an offeror prior to contract award. (e) Offerors are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. (f) The conference will be held: Date: _JUNE 16, 2016______________ Time: __10:00 am MDT___________________ Location: Saguache District Office located at 46525 State Hwy. 114, Saguache, Colorado. Approximately.6 miles west of Saguache, Colorado on Hwy. 114. Turn right into the office complex. QUOTE RESPONSE DATES: EMAIL QUOTES: Must be received no later than, JUNE 29, 2016 by 5:00 PM MST ALL MAIL OR HAND DELIVERED QUOTES: Must be delivered to Rio Grande National Forest, Attn: Contracting, 1803 W. Hwy. 160, Monte Vista, CO 81144 no later than, JUNE 30, 2016 by 2:00 PM. FOR INFORMATION ABOUT THE PROJECT, PLEASE CONTACT KIM DECKER AT 719-852-6211 OR kdecker@fs.fed.us. Email submission of quotes is preferred and acceptable as long as all required information is submitted, including required signatures. Faxed responses will not be accepted. Email quotes to: Kim Decker, kdecker@fs.fed.us or submit via mail or deliver to: USDA Forest Service, Attn: Kim Decker, 1803 W. Hwy. 160, Monte Vista, CO 81144 For information, please contact Kim Decker 719-852-6211 or kdecker@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82AK-S-16-0010/listing.html)
 
Place of Performance
Address: 46525 State Hwy. 114, Saguache, Colorado, 81149, United States
Zip Code: 81149
 
Record
SN04133949-W 20160603/160601234242-9acdf2a2ead3010c13e3fd4fab3f2837 (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.