Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2017 FBO #5717
SOLICITATION NOTICE

Z -- CSC-17710 INSTALL ABOVE GROUND BACKFLOW PREVENTERS - Solicitation SP4702-17-R-0020

Notice Date
7/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-17-R-0020
 
Archive Date
11/15/2017
 
Point of Contact
Barbara Ann Bocsy, Phone: 6146923650
 
E-Mail Address
barbara.bocsy@dla.mil
(barbara.bocsy@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Logistics Agency, Defense Supply Center/DLA Land and Maritime, Columbus Ohio has a requirement to Install Above Ground Backflow Preventers located at the Defense Supply Center Columbus, Ohio. This procurement is issued as a 100% small business set aside. The NAICS for this requirement is 237110. The Small Business size standard for this requirement is $36,500,000.00. The following summary is for the purpose of general information and is not intended to include or describe every feature or item or to define the scope of work. It is expected that prospective contractors will attend the site visit, review solicitation documents, and thoroughly familiarize themselves with the project prior to submitting a proposal. PROJECT SCOPE INFORMATION: The general requirement is for the removal of existing valve pit, valves, meters, DC Backflow preventers & piping systems and installation of new valves, Reduced Pressure (RP) Back Flow Preventers, meters, new piping systems within the new climate controlled building at Defense Supply C enter Columbus, Ohio. The contractor shall furnish all plant, labor, equipment, materials, supplies, testing and supervision required in performing all operations in conjunction with this project in strict accordance with the specifications, contract drawing No. 7-716 (6 sheets), complete and subject to the terms and provisions of the contract The award will be a firm fixed contract. Award will be based on the lowest evaluated price of the technically acceptable proposal meeting all of the solicitation requirements from responsible offerors with acceptable past performance. There will be one award made for this project. Award may be made without discussions. One preproposal conference/site visit is scheduled for this project and is scheduled for 1:30 PM local time on 31 July 2017. This site visit is mandatory for all contractors intending to submit a proposal on this requirement. All individuals wishing to attend will be required to request Center access no later than 24 hours prior to the site visit date Those individuals wishing to attend must provide their name and corporate affiliation to barbara.bocsy@dla.mil by email. The Defense Supply Center is a secure facility and individuals who do not preregister will not be granted access. Registered participants cannot bring unregistered personnel on center with them. Individuals will need to enter the Center through the Visitor Processing Center located at the DSCC Main Entrance, 401 N. Yearling Road, Whitehall, OH 43213. Valid federal or state issued photo identification will be required. Anyone attempting to use state issued identification from any state not in compliance with the Real ID Act of 2005 will be denied access to the DSCC Center. Beginning on January 30, 2017 certain state ID's may not be accepted for access to DSCC due to non-compliance of the Real ID Act of 2005. The Real ID Act of 2005 and Department of Homeland Security (DHS) Guidance (lead for REAL ID enforcement) prohibits Federal agencies (includes DoD) from accepting drivers' licenses and state identification cards from non-compliant states. The Act was enacted to implement the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance...of sources of identification, such as driver's licenses." It established minimum security standards for license issuance and production and assigned responsibility for determining whether a state is meeting these standards to the Department of Homeland Security (DHS). For more information on the Real Act of 2005 and a list of compliant and non-compliant states please go to the following DHS website: https://www.dhs.gov/current-status-states-territories. BASIS OF AWARD : The Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Note that offers that are not technically acceptable cannot be selected, regardless of price. Selection of an offeror for contract award will be made on the basis of an assessment of each offeror's response to the Request for Proposal (RFP). As a Request for Proposals (RFP) based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) evaluation factors for determination of technical acceptability consist of: 1. Past Performance; 2. Technical Construction Capability; and 3. Technical Qualifications of Proposed Staffing. PLEASE NOTE THAT THERE IS A REQUIREMENT IDENTIFIED UNDER TECHNICAL QUALIFICATIONS OF PROPOSED STAFFING TO PROVIDE A WRITTEN QUALIFICATION STATEMENT FOR THE INDIVIDUAL WHO WILL BE RESPONSIBLE FOR THE DESIGN & PREPARATION OF SHOP DRAWINGS OF THE PROJECT. QUALIFICATIONS: THE INDIVIDUAL SHALL BE ONE OF THE REGISTERED OHIO PROFESSIONAL ENGINEERS AND MUST HAVE A MINIMUM OF 5 YEARS' EXPERIENCE AS A DESIGN OR PROJECT ENGINEER ON THE CITY OF COLUMBUS WATER LINE PROJECTS OF SIMILAR SIZE AND COMPLEXITY. IN ADDITION YOUR TECHNICAL PROPOSAL MUST DOCUMENT THAT THE PRIME CONTRACTOR OR AN IDENTIFIED SUBCONTRACTOR IS CURRENTLY LICENSED TO PERFORM WORK ON CITY OF COLUMBUS WATER SYSTEMS Offerors submitting proposals must comply with the requirement to provide information detailed in solicitation Sections L and M - DOCUMENTATION OF TECHNICAL ACCEPTABILITY with their proposals. Failure to comply with the RFP requirements will raise serious questions regarding an Offeror's technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. Details of workmanship shall be in accordance with the highest standards and best practices of the respective trade as recognized by respective contractor's association. Only qualified tradesmen or mechanics shall be assigned to do the work required by this contract. At no time shall the work be accomplished by apprentices or laborers without the supervision of a journeyman or higher level supervision. Contractor personnel will not require a secret clearance. The contract will be required by law to pay prevailing Davis Bacon Act wage rates for all work awarded under the contract. The Defense Supply Center Columbus is located in Franklin County, Ohio. PERIOD OF PERFORMANCE: All work associated with the performance of this project must be completed within 120 calendar days after issuance of the Notice to Proceed. Questions concerning this requirement must be submitted no later than 4:00 PM local time on 08 August 2017. The solicitation will close at 1:00 PM (Eastern) on 16 August 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-17-R-0020/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, 3990 East Broad Street, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN04581603-W 20170719/170717234724-c6059db90ee18191c413f90af481b9b7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.