Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

Z -- Collaborative Areas - Wall Installation - Drawings and SOO

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
 
ZIP Code
94607-4052
 
Solicitation Number
70FBR918Q000002CA
 
Archive Date
4/7/2018
 
Point of Contact
Andrea L. Brunsman,
 
E-Mail Address
andrea.brunsman@fema.dhs.gov
(andrea.brunsman@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOO Drawing of 11th Floor Collaborative Areas. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. 70FBR918Q000002CA is hereby issued as a Request for Quote (RFQ) and replaces the cancelled 70FBR918Q000001CA. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 - 96 (06 November 2017). This acquisition will be competed under North American Industry Classification System (NAICS) code 236220 which corresponds with a small business size standard of $36.5 million. This procurement is for disassembly and removal of walls from collaboration rooms A and B (see attached drawing), followed by the installation of new walls per the attached statement of objectives (SOO). The Government contemplates to award a single Firm-Fixed Price (FFP) purchase order. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13. Quotes shall be evaluated using the Lowest Price Technically Acceptable (LPTA) selection process. Technical Acceptability will be determined based on the build plan that vendors shall submit in addition to their price quote. The submitted build plan shall include: 1. Materials - meet minimum rating of STC 43Rw(db) 2. Labor plan 3. Timeline for installation within three (3) business days once scheduled. To be completed no later than June 12, 2018. 4. Insurance information per the SOW is provided. 5. In addition to the build plan, insurance, and quote, vendors shall include DUNS and Sam.gov registration proof. Instructions: Offerors shall submit a FFP quote in accordance with this RFQ, Statement of Work, and attachment drawings. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose quote conforms to the requirements. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The following commercial item terms and conditions, hereby incorporated by reference, shall be complied with by the selected offeror: 1. FAR 52.212-1, Instructions to Offerors - Commercial Items 2. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected vendor shall submit a completed copy of the listed representations and certifications. 3. FAR 52.212-4, Contract Terms and Conditions - Commercial Items 4. FAR 52.212-5, Contract Terms and Conditions To Implement Statutes or Executive Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. 5. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vmfara.htm A site visit will be held on Wednesday, March 14, 2018 at 11:00 AM (Pacific) at 1111 Broadway Suite 1200 Oakland, CA 94607. Interested vendors shall submit the names of participants to Andrea L. Brunsman via email at andrea.brunsman@fema.dhs.gov. Please allow sufficient time to reach the site visit location and find parking in the surrounding area. ALL QUESTIONS MUST BE SUBMITTED no later than 12:00 (noon) (Pacific) Friday, March 16, 2018. Please submit questions to: Andrea L. Brunsman via email at andrea.brunsman@fema.dhs.gov. ALL FIRM FIXED PRICE QUOTES MUST BE SUBMITTED no later than 12:00 (noon) (Pacific) Friday, March 23, 2018. Please submit the required information (build plan, insurance information, and quote) to Andrea L. Brunsman via email at andrea.brunsman@fema.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/70FBR918Q000002CA/listing.html)
 
Place of Performance
Address: 1111 Broadway, Suite 1200, Oakland, California, 94607, United States
Zip Code: 94607
 
Record
SN04845457-W 20180309/180307231155-030b5a7f39c74e17b0308c14e55596db (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.