SOLICITATION NOTICE
Z -- Repair and Replacement of Shingles and Gutters for 3 buildings at the Norman A. Berg National Plant Materials Center (NPMC) Beltsville, MD - CSS Repair-Replace Shingles and Gutters
- Notice Date
- 9/15/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Natural Resources Conservation Service - Contracting Services Branch - Team 1
- ZIP Code
- 00000
- Solicitation Number
- AG-1A23-S-17-0041
- Archive Date
- 10/11/2017
- Point of Contact
- Danny Mandell, Phone: 254-742-9923
- E-Mail Address
-
danny.mandell@wdc.usda.gov
(danny.mandell@wdc.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- CWRR State of Maryland Statement of Work Base CSS - Repair-Replace Shingles and Gutters SYNOPSIS: This is a special requirements for the Acquisition of Commercial Items, under FAR Part 12 and General Services Administration Acquisition Manual (GSAM) Part 512. 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 a written solicitation will not be issued. The solicitation number AG-1A23-S-17-0041 is being issued as a Request for Quotation (RFQ) and is being conducted as a 100% total small business set aside. The North American Classification System Code is 238160; Roofing Contractors. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76. This requirement will be awarded as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and GSAM Part 512. DESCRIPTION: The United States Department of Agriculture Natural Resources Conservation Services (NRCS) Norman A. Berg National Plant Materials Center (NPMC) located at 8791 Beaver Dam Road, Bldg 509 BARC E, Beltsville, MD 20705. This is a requirement is for the repair, replacement, and removal of approximately 4,514 square foot of roofing on buildings 509B, 509C, and 509D which consists of asphalt shingles and tar paper materials that exhibits water damage and deterioration. In addition replace 392 linear feet of damaged/defective gutters, gutter guards to include ridge vent. See Statement of Work (SOW) for details. The Contractor shall provide all labor, materials, supplies, equipment, transportation, supervision and ancillary services as necessary to repair and replace in accordance with the Statement of Work (SOW). Estimated Price Range: Less than $25,000.00 Interested vendors can review the work site on Wednesday, September 20, 2017 between the hours of 9:00 A.M. and 11:00 A.M. Eastern Standard Time (EST) Review of the work site is not mandatory, however, we highly recommend attending the site visit to understand the full scope of work needed. Interested vendors considering reviewing the work site must call or email David Kidwell-Slak at office (301) 504-8176; or email at david.kidwillslak@md.usda.gov and let him know that you will be attending the site visit or if you need directions to the site. BID SCHEDULE CLIN QTY UNIT DESCRIPTION 001 1 LS Repair and replace existing approximately 4,514 SQFT damaged/defective asphalt shingles on three (3) buildings, buildings 509B, 509C, and 509D to include removal and disposal 002 1 LS Repair and replace existing damaged/defective roof decking as required to include disposal to include removal and disposal 003 1 LS Repair and replace existing damage/defective ridge vent to include removal and disposal 004 1 LF Repair and replace 392 linear feet of existing damage/defective gutters and gutter guards to include removal and disposal. Please note the work of this project is subject to applicable Construction Wage Rate Requirements (CWRR) statue wage determination found at http://www.wdol.gov.gov. See Attachment 2 CWRR, General Decision Number: MD170058 dated 09/08/2017, MD58, State of Maryland, and County of Prince George's. PROVISIONS The following Federal Acquisition Provisions apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items, (April 2014) 52.212-2 Evaluation - Commercial Items, (January 1999) 52.212-3 Offeror Representations and Certifications - Commercial Items, (November 2013) CLAUSES The following Federal Acquisition Clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2012) 52.212-4 Contract Terms and Conditions - Commercial Items, (Sept 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (January 2014) a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50 Combating Trafficking in Persons, (February 2009) 52.233-3 Protest After Award, (August 1996) 52.233-4 Applicable Law for Breach of Contract Claim, (October 2004) b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of Law or Executive Orders applicable to acquisitions of commercial items: 52.219-6 Notice of Total Small Business Set-Aside, (November 2011) 52.219-8 Utilization of Small Business Concerns, (July 2013) 52.219-13 Notice of Set-Aside of Orders, (November 2011) 52.222-3 Convict Labor, (June 2003) 52.222-6 Construction Wage Rate Requirements (MAY 2014) 52.222-10 Compliance with Copeland Act Requirements (FEB 1988) 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations (May 2014) 52.222-21 Prohibition of Segregated Facilities, (February 1999) 52.222-26 Equal Opportunity, (March 2007) 52.222-35 Equal Opportunity for Veterans, (September 2010) 52.222-36 Affirmative Action for Workers with Disabilities, (October 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, (August 2011) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, (July 2013) SYSTEM FOR AWARD MANAGEMENT (SAM) Contractor must have an active registration in the System for Award Management at www.SAM.gov, in order to be awarded a federal contract. *Please note: all offerors and prospective contractors must have an active registration with www.SAM.gov to be awarded an order. WAGE RATE DETERMINATION General Decision Number: MD170058 09/08/2017 MD58 Superseded General Decision Number: MD20160058 State: MARYLAND Construction Type: BUILDING County: Prince George's County in Maryland PREPARATION/SUBMISSION OF OFFERS Addendum to 52.212-1, Modify (b): Submission of Offers to read as follows: Quotes shall be submitted on COMPANY LETTERHEAD, SIGNED, DATED and sent via email to Danny Mandell, Contracting Officer, email: Danny.Mandell@tx.usda.gov, no later than September 26, 2017, 2:00 PM Central Daylight Time (CDT). The offeror shall provide the NRCS with a Firm Fixed Price quote that is in accordance with this solicitation. See Bid Schedule. Interested parties are responsible for monitoring the Federal Business Opportunities website to ensure that they have the most up to date informa
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb242429d903d3ee4a018e01b1df68ab)
- Place of Performance
- Address: Norman A. Berg National Plant Materials Center (NPMC), 8791 Beaver Dam Road, Building 509 BARC E, Beltsville, Maryland, 20706, United States
- Zip Code: 20706
- Zip Code: 20706
- Record
- SN04680406-W 20170917/170915231903-eb242429d903d3ee4a018e01b1df68ab (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 |