Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
MODIFICATION

Z -- USDA RD St. Louis Painting Services - Questions and Answers - CSC Floor Plan - DOL Wage Determinations

Notice Date
8/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W., Mail Stop 0741, Washington, District of Columbia, 20250
 
ZIP Code
20250
 
Solicitation Number
AG-31ME-S-17-0019
 
Archive Date
9/2/2017
 
Point of Contact
Colin Beckford, Phone: 2026920115, Berel Dorfman, Phone: 2026920247
 
E-Mail Address
colin.beckford@wdc.usda.gov, berel.dorfman@wdc.usda.gov
(colin.beckford@wdc.usda.gov, berel.dorfman@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DOL Wage Determinations CSC Floor Plan Questions and Answers (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. USDA Rural Development has a requirement for commercial interior painting services of walls at the CSC Facility located at 4300 Goodfellow Blvd., Bldg. 105E, St. Louis, MO 63120. It is a two story building. Each floor has approximately 10,000 sq ft of office working area that needs to be painted with two (2) coats of paint. In order to participate in this solicitation the interested offeror must attend the organized site visit scheduled for Thursday, August 3, 2017 @2:00 PM at the address stated above. Responses from offerors who do not attend the site visit will not be considered, unless the offeror certifies in writing that they have previously visited the site and familiar with site conditions. Site visit will be hosted in Conference Room G-4. In order to attend all offerors must RSVP and send their name (as it appears on their ID), company name, how many vehicles and who will be in each vehicle in order to clear security. This information must be sent to berel.dorfman@wdc.usda.gov by 11:00 AM Wednesday, August 2, 2017. PLEASE NOTE: The Goodfellow Federal Center where this building is located complies with the REAL ID Act of 2005. In addition to making an appointment as detailed above all persons accessing the complex must comply with REAL ID requirements. Please see attachment A for complete details. (ii) Solicitation AG-31ME-S-17-0019 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017. (iv) This requirement is solicited under Full and Open Competition after Exclusion of Sources as a 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 238320 with a small business size standard is $15.0 million. (v) Contract Line Items to be awarded: CLIN 001 Interior Painting of Walls – Main Level Option 1 Interior Painting of Walls-Upper Level Quotes submitted should be submitted in the following format: CLIN 0001 Interior Painting of Walls - Main Level Option 1 Interior Painting of Walls – Upper Level IMPORTANT POINTS: · Both the prices quoted for CLIN 0001 and Option 1 will be combined for price evaluation purposes. · It should be understood that the Government may elect to award CLIN 0001 alone without Option 1. · The offeror agrees to hold open and honor the Option 1 price open through 12/31/2017, should the Government elect to exercise it. (vi) The government intends to award a firm-fixed price contract for the interior painting requirement. The painting requirement shall include floor to ceiling painting and patching (where drywall imperfections exist). (vii) Painting services shall commence on or before September 18, 2017 and be completed within a 14 day period. PLEASE NOTE: Access to building for painting services shall be made available during the hours of 5:00 PM and 12:00 AM. (viii) FAR 52.212-1 Instructions to Offerors — Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: F. To assure timely and equitable evaluation of the quotes, the Offerors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within five (5) business days. 2. Specific Instructions: The response shall consist of the following: a. Submit one (1) copy of technical acceptability narrative b. Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information 2 (ix) (ix) FAR 52.212-2 Evaluation — Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical acceptability (2) Price (b) Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. Technical acceptability shall consist of meeting the specifications stated in Attachment 2, Requirement Specifications (2 pages). (c) Price: The government will rank all quotes by price. If the lowest priced quote is found acceptable, an award will be made without further consideration. If that quote is found unacceptable, the Government will evaluate the next lowest quote for acceptability until an award can be made to the lowest priced acceptable offeror. (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications—Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.202-1 Definitions Nov 2013 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sep 2006 FAR 52.203-6 (Alt 1) Restrictions on Subcontractor Sales to the Government Oct 1995 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep 2007 FAR 52.204-7 System for Award Management Oct 2016 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 3 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR 52.204-17 Ownership or Control of Offeror Jul 2016 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR 52.204-20 Predecessor of Offeror Jul 2016 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations – Representation Nov 2015 FAR 52.209-5 Certification Regarding Responsibility Matters Oct 2015 FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Vendors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Nov 2016 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52-222-19 Child Labor-Cooperation With Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR 52.222-36 Affirmative Action for Workers with Disabilities Jul 2014 FAR 52.222-37 Employment Reports on Veterans Feb 2016 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.222-54 Employment Eligibility Verification Oct 2015 FAR 52.223-6 Drug-Free Workplace May 2001 FAR 52.223-18 Encouraging Vendor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification Oct 2015 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subvendors Dec 2013 4 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest after Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Feb 2006 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 FAR 52.252-2 Clauses Incorporated by FAR 52.252-1 – Solicitation Provisions Incorporated by Reference (Feb 1998) (xiii) Awardee must comply with all access requirements to include REAL ID (see attachment A) and time limitations for site access, Monday through Friday 5:00PM thorough 12:00 AM. Please Note: The Service Contract Act applies to this requirement. A copy the most recent US DOL wage determination is attached for your reference. (xiv) No Defense Priorities and Allocations System apply to this solicitation. (xv) Responses to this solicitation are due August 18, 2017 at 12:00 PM. Responses should be submitted electronically to the following email address: berel.dorfman@wdc.usda.gov (xvi) Please contact the Contracting Officer, Berel Dorfman (202)692-0247 with any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/RD/PMD/AG-31ME-S-17-0019/listing.html)
 
Place of Performance
Address: USDA CSC Facility, 4300 Goodfellow Blvd., BLDG. 105E, St. Louis, Missouri, 63120, United States
Zip Code: 63120
 
Record
SN04617543-W 20170810/170808232138-ea4d6bd2e2c62f936507c472b40d456d (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.