Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

J -- Fire Suppression repair, replacements, maintenance and installation.

Notice Date
6/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N62473 NAVFAC SOUTHWEST, FEAD SEAL BEACH Naval Weapons Stations Seal Beach BLDG 230 Seal Beach , CA
 
ZIP Code
90740
 
Solicitation Number
N6247319R1608
 
Response Due
6/28/2019
 
Archive Date
7/12/2019
 
Point of Contact
Tue Tran 562-626-7512
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation is attached. 2. Solicitation N6247319R1608 is being issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award from this solicitation. 3. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-02TA-99, dated 6 May 2019. 4. The North American Industry Classification System (NAICS) Code is 811310 and the Small Business Administration (SBA) size standard is $7.5 million for this procurement. This solicitation will be issued as a 100 percent total set aside for Small Businesses, see FAR Clause 52.219-6. 5. Description: The Government is seeking a Contractor to furnish all labor, personnel, supervision, tool, materials, equipment, and other non-personal services to repair and replace fire suppression components of various buildings throughout NWSSB. NWSSB also requires the installation of rapid lock boxes throughout various buildings at NWSSB to meet local, State, and Federal Fire Protection codes. Please see attached SF1449, pictures, drawings and additional documents for specific details on this acquisition. 6. Place of Performance: Naval Weapons Station Seal Beach (NWSSB), 800 Seal Beach Blvd, Seal Beach, CA 90740. 7. Period of Performance: After award, estimated 195 days to complete. 8. Provisions / Clauses: The following provisions and clauses are applicable to this solicitation / contract: a. 52.212-1, Instructions to Offerors “ Commercial, b. 52.212-2, Evaluation “ Commercial Items, c. 52.212-4, Contract Terms and Conditions - Commercial Items, and d. 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. e. Additional provisions and clauses are attached via an attachment and are applicable to solicitation. Please see the attachment titled RFQ N6247319R1608_SF1449. 9. Special Contract Requirements: There are no additional contract requirements necessary for this acquisition. 10. Defense Priorities and Allocations System (DPAS): DPAS and assigned ratings are not applicable to this acquisition. 11. Site Visit: Attendance is NOT mandatory, but highly encouraged so offeror(s) can inspect the site(s) where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent the information is reasonably obtainable. This will be the only site visit provided by the Government. Offerors shall be responsible and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit. A site visit is scheduled for June 19, 2018 at 9:00 AM PT. All attendees shall meet at Naval Weapons Station Seal Beach (NWSSB), 800 Seal Beach Blvd, Seal Beach, CA. Attendees will meet with Tue M. Tran, Contract Specialist at the Main Gate (Gate No. 1). Due to security reasons, each company attending is allowed to bring only two (2) personnel max, including subcontractors. Government personnel will drive and escort all attendees in Government vehicles. All attendees shall have and bring a Government issued identification (i.e. driver license or Passport) to the site visit. Interested parties should sign up in advance to attend the site visit by notifying the Contract Specialist Tue M. Tran via email at tue.tran@navy.mil no later than 12:00 PM PT on June 17, 2019. The email must include the following: a. Subject of email: RFQ N6247319R1608 “ NWSSB Fire Suppression Services “ Site Visit Request, b. Body of email: i. Company Name, ii. Point of Contact, phone number and email address, and iii. List of attendees (no more than 2 attendees per company) 12. Request for Information (RFI): All questions shall be submitted in writing. RFIs shall be submitted no later Friday, June 21, 2019 at 10:00 AM to Tue Tran via emailed at tue.tran@navy.mil. Responses to all RFIs will be posted on Federal Business Opportunities (FBO) via www.fbo.gov before June 25, 2019 13. Basis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to award without discussions. Lowest price is the only factor that will be used to evaluate offers (see FAR Provision 52.212-2). Award will be made to the lowest priced offer that is determined to be reasonable. After making selection of the lowest price offeror, the Contracting Officer will determine if the selected offeror is responsible. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility apply to this acquisition and shall be submitted with quote: Specialized requirement: Contractor and/or contractor employee(s) performing on this contract shall be certified by the National Fire Protection Association (NFPA) and National Electrical Code (NEC) in respect to fire protection systems. Contractor and/or contractor employee(s) performing on this contract shall be certified by the National Institute for Certification in Engineering Technologies (NICET). 14. Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the attachment titled RFQ N6247319R1608_PRICE SCHEDULE. Offerors shall also submit the following with the offer: a. Cover Page to include the following: i. Company Name, Address, Point of Contact, Phone and Email. ii. RFQ N6247319R1608 iii. DUNS and CAGE Code iv. Period of Acceptance: Include the following statement: Insert Company Name agrees to hold the offer firm for 60 calendar days from insert date. b. RFQ N6247319R1608_PRICE SCHEDULE Attachment c. Current Annual Representations and Certifications from www.sam.gov. (NOTE: contractor must have an active SAM profile to be eligible for award) d. Certifications / Licenses as required by specialized requirement paragraph. e. Past Performance Submittal Requirement: Offeror shall provide three (3) references of current or prior contracts for same or similar services performing as prime contractor for Federal, state, local Government or private industry within the last five (5) years. All references must include the following: i. Organization Name, ii. Point of Contact, phone and email address, iii. Contract number and brief description of services provided, iv. Contract period of performance and contract value Offeror must have at least a satisfactory record of past performance in accordance with FAR Subpart 9.104-1. Offeror is also encouraged to provide information on problems or issues encountered on the identified contracts and the corrective action taken. The Contracting Officer may also consider other relevant past performance information obtained from other sources. Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to Tue Tran via email at tue.tran@navy.mil. Ensure to reference solicitation RFQ N6247319R1608 “ NWSSB Fire Suppression Services in the subject line of the email. 15. Submission Deadline: All offer(s) shall be received by June 28, 2019 by 12:00 PM PT. Offer(s) received after the prescribed deadline may be considered non-responsive and may not be considered for award. 16. Questions or Inquiries: Any question(s) or concern(s) regarding this solicitation, please contact Tue M. Tran via phone at 562-626-7512 or email at tue.tran@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68711K/N6247319R1608/listing.html)
 
Record
SN05337636-F 20190613/190611230033 (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.