Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

Z -- Grind/Polish Concrete Floors - Amendment 2

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W913E580111265
 
Point of Contact
Traci K. Hoofman, Phone: 6016344849
 
E-Mail Address
traci.k.hoofman@usace.army.mil
(traci.k.hoofman@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QUESTIONS AND ANSWERS_6_12_18 PLEASE SEE ATTACHED QUESTIONS AND ANSWERS_6_12_18. PLEASE SEE ATTACHED QUESTIONS AND ANSWERS_6_7_18. NOTE: CLOSING DATE FOR PROPOSALS HAS BEEN EXTENDED TO 15 JUNE 2018, 2:00 PM CST. SITE VISIT HAS BEEN SCHEDULED FOR 6 JUNE 2018, 9:00 AM EASTERN (8:00 AM CST). PLEASE CONTACT POC: RICHARD W. ROBINSON, (603) 646-4364 for more information. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, 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. Competitive proposals are being requested under solicitation number W913E580111265. This Request for Proposal (RFP) is issued as a 100% set-aside for small business. The associated NAICS code is 561790 and the small business size standard is $7.5 million. This procurement is being conducted in accordance with regulation at FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (01/24/2018) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20180514 (04/20/2018). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.am.mil. Service Contract Labor Standards Wage Determination Number 2015-4025 (Rev. -6), dated 1/10/2018 is applicable and is attached. The U. S. Army Corps of Engineers, Engineer Research and Development Center, Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire has a requirement to perform upgrade services on a section of concrete flooring in the ERB Machine Shop & Room 56 area (est. 2,526 sq. ft.) by grinding, polishing, and sealing existing cracks in accordance with attached Performance Work Statement (PWS). PERIOD OF PERFORMANCE: 1 JULY - 31 JULY 2018 BID SCHEDULE (CLIN, item description, quantity and units of measure, and total amount): CLIN: 0001, ITEM DESCRIPTION: Grind and polish concrete floor in the ERB Machine Shop & Room 56 area (est. 2,526 sq. ft.) at USACE, CRREL, 72 Lyme Road, Hanover, NH 03755 in accordance with PWS, QUANTITY: 1, UNITS OF MEASURE: Job, and TOTAL AMOUNT: tiny_mce_marker_____________. Proposals shall be submitted via email to: traci.k.hoofman@usace.army.mil. Only electronic submissions will be accepted. There are no page limits; however, documents must be submitted by email; therefore, max file size is 15 megabytes. Please use the solicitation referenced in the subject line. Offers are due by 15 June 2018 at 2:00 PM Central Standard Time (CST). All questions concerning this solicitation must be submitted to the Government via email to traci.k.hoofman@usace.army.mil. The Government will accept questions up to seven (7) calendar days of the due date. Answers to questions will be provided via live Q&A document. Evaluation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price. The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the proposals and prices submitted and the availability of funds. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. CLAUSES AND PROVISIONS: FAR 52.202-1 Definitions; FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial FAR 52.212-3 Alt I Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation The following clauses cited within FAR Clause 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; The following DFARS Clauses and Provisions are applicable to this acquisition: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea; Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014), with their offer. Offerors may complete FAR 52.212-3 online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W913E580111265/listing.html)
 
Place of Performance
Address: USACE, Cold Regions Research and Engineering Laboratory (CRREL), 72 Lyme Road, Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN04952460-W 20180614/180612230727-020d621dcfcf4a4a07955125f6a8be4a (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.