MODIFICATION
10 -- SITE VISIT 27 FEB 2015 W91ZLK-15-T-0082
- Notice Date
- 2/24/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-15-T-0082
- Response Due
- 3/23/2015
- Archive Date
- 4/25/2015
- Point of Contact
- CHANEL D. DE SILVA, 443-861-4741
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(chanel.d.desilva@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. W91ZLK-15-T-0082 COMBINED SYNOPSIS/SOLICITATION ACOUSTICAL PANELS REMOGAL & INSTALLATION SERVICES JPEO-CBD, APG, EDGEWOOD AREA BLDG E5101 BRAND NAME OR EQUAL This 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-79. The solicitation number for this request for proposal (RFP) is W91ZLK-15-T-0082. This requirement is under the associated North American Industry Classification System (NAICS) Code 238320, All Other Transportation Equipment Manufacturing and the Small Business Size Standard $14M. The Government contemplates award of a Firm-Fixed Price contract under FAR Part 12, Acquisition of Commercial Items. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: 1.Acoustical Panels for Conference Room 268, Building Including: Removal and Disposal of Existing Paneling and Installation of Wall Acoustical Panels, in accordance with the attached Performance Work Statement BRAND NAME SNAP WALL ACOUSTICAL WALL SYSTEMS OR EQUAL TO 52.212-1 Instruction to Offerors Commercial Items SITE VISIT WILL BE HELD ON: 27 February 2015 from 0900-0930 and 1300-1730 for perspective offerors. Interested parties must submit the following information NLT 26 February 2015 by 1630 EDT via email to: carl.j.core.civ@mail.mil. Clearly state in Subject line: SITE VISIT Ref: W91ZLK-15-T-0082 Time Slot: (0900-0930 or 1300-1730) Company Name: Attendees Full Name: Telephone Number: Email Address: This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Acoustical Panels W91ZLK-15-T-0082 PRICE Proposal Volume II: Acoustical Panels W91ZLK-15-T-0082 TECHNICAL PROPOSAL ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-15-T-0082 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal to include the following elements: 1.Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2.INCLUDE ALL Information Below: Item 0001: Acoustical Panels QTY: __________Unit Cost: ________Total Cost: ________ Item: 0002: Installation: Total Cost: ______________ **Note** Firm Fixed Priced cost for all labor associated with removal, disposal and installation of materials **Note** F.O.B Destination, no shipping cost will be funded separately Volume II: Detail Technical Proposal to include the following elements: 1.Material Type and Specifications (including part numbers and quantities) 2.Methodology for removal of existing panels and disposal 3.Methodology on installation of new panels 4.Labor categories and task 5.Schedule 6.Quality Assurance Plan 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Proposals will be evaluated by adding all Firm-Fixed Price costs for Items 1 and 2. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. All questions must be submitted via email to chanel.d.desilva.civ@mail.mil by 09 March 2015, 3:00 p.m. EDT. SUBJECT LINE: W91ZLK-15-T-0082 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Quotations must be signed, dated, and received by 23 March 2015, 3:00 p.m. DST via email to chanel.d.desilva.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED. PERFORMANCE WORK STSTEMENT ACOUSTICAL PANELS REMOVAL AND INSTALLATION SERVICES JPEO-CBD, APG, EDGEWOOD AREA BLDG E5101 20 February 2015 1.0 Introduction: The contractor shall provide all material, personnel, equipment, tools, materials, supervision necessary to support the Joint Program Executive Office-CBD (JPEO-CBD), Bldg. E510, Edgewood Area, APG, MD. 21010. 1.1Background: JPEO-CBD located at the Edgewood Area of Aberdeen Proving Ground, is renovating the Headquarters building to upgrade, restore and remodel all areas of the structure. The conference room require upgrade of the current acoustical panel system. 1.2Objective: The objective of this contract is to provide the complete installation of Fabric Acoustical panels in building E5101, conference room 268. BRAND NAME SNAP WALL or EQUAL 2.0 Applicable Documents: 2.1 Complete Milestone Schedule of Installation 2.2 Manufacture and Installation Warranty Certification 3.0 Requirements: The contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished) to perform the following work: 3.0.1 Removal and disposal of all existing panels and wood-work currently in place in conference room 268. Dispose of all removed panels and save the existing trim. Replace the existing trim with proper blocking for mounting of accessories. 3.0.2 Furnish and install new field applied stretch fabric acoustical wall system 3.0.3 Furnish and install new field applied stretch fabric acoustical wall system. 3.0.4 Touch up the trim in all required areas. 3.0.5 Fabric shall be Guilford of Maine 2100 Series FR701 or equivalent, Color to be determined. 3.0.6 The proposed wall system shall be BRAND NAME or Equal to SNAP WALL Acoustical System with FabriTrak, Standard 1 quote mark or quote mark Square Edge FABRI TRAK System Upholstered Walls. Subsurface shall be: 6# density sound board quote mark Abutted quote mark Panel Method. 3.1 Materials The contractor shall provide all materials required for the complete installation of the acoustical panels. 3.2 Hours of Normal Operation The contractor shall perform the required removal/installation of the acoustical panels during normal operations. Duty core hours are 0730-1700, Monday through Friday (including a 30-minute meal period) excluding Federal Holidays. 3.2.1 2015 Federal Holidays: Thursday, January 1New Year's Day Monday, January 19Birthday of Martin Luther King, Jr. Monday, February 16*Washington's Birthday Monday, May 25 Memorial Day Friday, July 3**Independence Day Monday, September 7Labor Day Monday, October 12Columbus Day Wednesday, November 11Veterans Day Thursday, November 26Thanksgiving Day Friday, December 25Christmas Day 3.2.2 Period of Performance shall be ninety (90) days from the date of award. 3.3 Antiterrorism/Operations Security Review 3.3.1 Access and General Protection/Security Policy and Procedures. All contractor and subcontractor employees with an area of performance within an Army controlled installation, facility, or area shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Service, or Security Office. Contractor and subcontractor workforce must comply will all personal identity verification requirements as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, show the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. On-Site Workers. The contractor support personnel working on-site shall: 3.3.1.2 Wear a company-provided picture badge. The picture badge shall contain the employee's name, company name, and a badge issue and expiration date. 3.3.1.3 Government escort to facility Entry on Edgewood Proving Ground requires a valid form of identification is required along with a valid vehicle registration. Contractors shall require an escort during the required services, escorts will be provided by the customer. 3.4 Safety and Health the contractor shall not be required to perform work under unsafe conditions. 3.5 Performance Outcomes The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule and reliability requirements. The Government will use the Quality Assurance Surveillance Plan provided as the basis for assessing the contractor's performance. 4.0 Government Furnished Property: The Government shall NOT provide property to accomplish the requirement. 5.0 Deliverables. The contractor shall provide Acoustical panels removal and installation services for completion of the project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bdf5637084b5b7cd0037158c123b34dd)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03650077-W 20150226/150224235105-bdf5637084b5b7cd0037158c123b34dd (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 |