SPECIAL NOTICE
Z -- Building 36 Brick Repair - CANCELATION
- Notice Date
- 7/1/2020 7:21:57 AM
- Notice Type
- Special Notice
- NAICS
- 238140
— Masonry Contractors
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C2462010364
- Response Due
- 4/7/2020 1:00:00 PM
- Archive Date
- 08/01/2020
- Point of Contact
- Christina L Swando Contract Specialist 757-251-4658, Phone: (757) 251-4658
- E-Mail Address
-
Christina.Swando@va.gov
(Christina.Swando@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- FBO Description The purpose of this amendment, 0004, is to announce the cancellation of this solicitation 36C24620Q0364. �A) This solicitation is hereby cancelled in its entirety. GENERAL INTENTION Contractor will provide services to include all tools, labor, materials, equipment, services, and supervision necessary to Repair Brick, Building 36, Hampton VAMC campus under Project 590-19-126. SITE VISIT Bidders are encouraged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of performing these services.� In no event shall failure to inspect the site constitute grounds for a claim after contract award. There will only be one (1) organized site visit.� It will be held on Tuesday March 24, 2020, at 10:00 AM.� Participants will meet at the Hampton VAMC, Courtyard between Building 36 and 37. Attendance is not mandatory; however, all bidders are strongly encouraged to attend. REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit a written RFI via email to Christina.Swando@va.gov. RFIs will be responded to as necessary in amendment format which will be posted on www.fbo.gov. The deadline for submission of RFIs for this solicitation is Tuesday, March 31, 2020 at 4:30 PM (EST).� No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer.� Telephone RFIs will not be accepted or returned. BASIS FOR AWARD Contract award will be made to the responsive, responsible bidder submitting the lowest price in accordance with FAR Part 13 � Simplified Acquisition Procedures. RESPONSIBILITY REQUIREMENTS A Determination of Responsibility shall be accomplished for the apparent awardee prior to processing the award.� The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases will be used to make the Determination of Responsibility.�� Failure to affirm being within the guidelines above or submit this information may result in a determination of �Non-Responsibility� for the bidder/offeror.� NOTE: Any information received by the Government that would cause for a negative Determination of Responsibility may make the bidder/offeror ineligible for award. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors. INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS 2.1� 52.222-5� CONSTRUCTION WAGE RATE REQUIREMENTS�SECONDARY SITE OF THE WORK (MAY 2014) � (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Construction Wage Rate Requirements, of this solicitation. ��� (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. � (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. ��� (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work. (End of Provision) 2.2 52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) � (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. � (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participation for each trade Goals for female participation for each trade 27.1 % 6.9 % � These goals are applicable to all the Contractor's construction work performed in the covered area.� If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed.� Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. � (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled ""Affirmative Action Compliance Requirements for Construction,"" and (3) its efforts to meet the goals.� The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade.� The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.� The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4.� Compliance with the goals will be measured against the total work hours performed. � (d)� The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the� ��� (1) Name, address, and telephone number of the subcontractor; ��� (2) Employer's identification number of the subcontractor; ��� (3) Estimated dollar amount of the subcontract; ��� (4) Estimated starting and completion dates of the subcontract; and ��� (5) Geographical area in which the subcontract is to be performed. � (e) As used in this Notice, and in any contract resulting from this solicitation, the ""covered area"" is (End of Provision) 2.3� 52.225-10 NOTICE OF BUY AMERICAN REQUIREMENT�CONSTRUCTION MATERIALS (MAY 2014) � (a) Definitions. ""Commercially available off-the-shelf (COTS) item,"" ""construction material,"" ""domestic construction material,"" and ""foreign construction material,"" as used in this provision, are defined in the clause of this solicitation entitled ""Buy American�Construction Materials"" (Federal Acquisition Regulation (FAR) clause 52.225-9). � (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American statute should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American statute before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. � (c) Evaluation of offers. ��� (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American statute, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. ��� (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. � (d) Alternate offers. ��� (1) When an offer includes foreign solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. ��� (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. ��� (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested� ����� (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or ����� (ii) May be accepted if revised during negotiations. (End of Provision) 2.4� 52.236-27� SITE VISIT (CONSTRUCTION)� (FEB 1995) ALTERNATE I� (FEB 1995) � (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. � (b) An organized site visit has been scheduled for� � March 24, 2020 at 10:00AM EST � (c) Participants will meet at� � Hampton VAMC, Building 35/36 Courtyard (End of Provision) 2.5� 52.252-1� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE� (FEB 1998) � This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): � http://www.acquisition.gov/far/index.html � http://www.va.gov/oal/library/vaar/ (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL JAN 2017 REPRESENTATIONS AND CERTIFICATIONS 3.1� 52.204-8� ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2020) � (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 238140. ��� (2) The small business size standard is $16.5 Million. ��� (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. � (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. ��� (2) If the provision at 52.204�7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: ������� [� ] (i) Paragraph (d) applies. ������� [� ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. � (c)(1) The following representations or certifications in SAM are applicable to this solicitation as indicated: ����� (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless� ������� (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; ������� (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or ������� (C) The solicitation is for utility services for which rates are set by law or regulation. ����� (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. ����� (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation. This provision applies to all solicitations. ����� (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. ����� (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that� ������� (A) Are not set aside for small business concerns; ������� (B) Exceed the simplified acquisition threshold; and ������� (C) Are for contracts that will be performed in the United States or its outlying areas. ����� (vi) 52.204-26, Covered Telecommunications Equipment or Services�Representation. This provision applies to all solicitations. ����� (vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations�Representation. ����� (viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. ����� (ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. � ����(x) 52.214-14, Place of Performance�Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. ����� (xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. ����� (xii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. ������� (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. ������� (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. � ����(xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. ����� (xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. ����� (xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. ����� (xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. ����� (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. ����� (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. ����� (xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This provision applies to solicitations that include the clause at 52.204-7.) ����� (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. ����� (xxi) 52.225-4, Buy American�Free Trade Agreements�Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225-3. ������� (A) If the acquisition value is less than $25,000, the basic provision applies. ������� (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. ������� (C) If the acquisition value is $50,000 or more but is less than $83,099, the provision with its Alternate II applies. ������� (D) If the acquisition value is $83,099 or more but is less than $100,000, the provision with its Alternate III applies. ����� (xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. ����� (xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan�Certification. This provision applies to all solicitations. ����� (xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. This provision applies to all solicitations. ����� (xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. ������� (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and ������� (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. ��� (2) The following representations or certifications are applicable as indicated by the Contracting Officer: ����� [X](i) 52.204-17, Ownership or Control of Offeror. ����� [X](ii) 52.204-20, Predecessor of Offeror. ����� [](iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. ����� [](iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Certification. ����� [](v) 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Certification. ����� [](vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). ����� [](vii) 52.227-6, Royalty Information. ������� [](A) Basic. ������� [](B) Alternate I. ����� [](viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. � (d) The Offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause # Title Date Change ��� Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. (End of Provision) 3.2 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items. � (a) Definitions. As used in this provision� Covered telecommunications equipment or services, critical technology, and substantial or essential component have the meanings provided in clause 52.204�25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. � (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115�232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� ��� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. � (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. � (d) Representation. The Offeror represents that it [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. � (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services, the Offeror shall provide the following information as part of the offer� ��� (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); ��� (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; ��� (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and ��� (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c278a6392479431fa8f5d2b6d50a8ec1/view)
- Place of Performance
- Address: Hampton, VA 23667, USA
- Zip Code: 23667
- Country: USA
- Zip Code: 23667
- Record
- SN05709285-F 20200703/200701230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |