SOLICITATION NOTICE
Z -- Miscellaneous Services for Asbestos Removal
- Notice Date
- 7/14/2020 6:49:41 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N0017820Q6304
- Response Due
- 7/31/2020 9:00:00 AM
- Archive Date
- 08/15/2020
- Point of Contact
- Michael P. Butler, Phone: 843-855-3045, Dana M Phillips
- E-Mail Address
-
michael.p.butler2@navy.mil, dana.phillips@navy.mil
(michael.p.butler2@navy.mil, dana.phillips@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. Synopsis/Solicitation N0017820Q6304 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF18. The SF18 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is eligible for small business set-aside and the associated NAICS code is 236220 with a small business size standard of 500 employees. The CLIN structure is as follows: CLIN 0001 � Misc Construction Services; 1 LOT; FFP CLIN 0002 - CDRLS: NSP Description: The Contractor shall cut, cap, and remove two (2) water manifolds; provide and install expanded metal - #16 � � galvanized; install security bars in an 18"" x 24"" duct; remove and install Acoustical Ceiling Tile; demo and abate a 1� section of duct and install new; and remove two (2) cabinets and infill with new floor tiles of similar color and style. Anticipated Completion Date: 30 September 2020 Place of Performance: Naval Surface Warfare Center Dahlgren Division, DamNeck Activity The Provision at 52.212-1 Instructions to Offerors- Commercial applies to this acquisition. Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show/provide-- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Technical capability with the required certifications to perform the work. Must have sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ""Remit to"" address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); complete the fill-ins for 252.204-7017, 252.247-7022, 252.209-7993, 252.209-7994, 252.209-7995, 252.209-7997, 252.209-7998, and 252.209-7999. (8) Acknowledgment of Solicitation Amendments; (9) Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (10) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The Provision at 52.212-2 Evaluation � Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the lowest price technically acceptable to the Government. There are two (2) factors; technical and past performance. Offers must complete the provision at 52.212-3 Offeror Representation and Certifications � Commercial Items with its offer. The clause at 52.212-4 Contract Terms and Conditions � Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR/DFAR clauses are applicable per 52.212-5: 52.203-19, 52.204-23, 52.204-25, 52.209-10, 52.233-3, 52.223-4, 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36. 52.222-40, 52.222-50, 52.223-9, 52.223-11, 52.223-15, 52.223-18, 52.223-20, 52.223-21, 52.223-33, 52.222-41, 52.222-42, 52.222-44, 52.222-55, and 52.222-62. The Offeror shall provide any warranty for work performed by filling out the clause C-212-W001. DPAS Rating: Not Applicable MANDATORY Site Visit: Site visit is scheduled for 27 July 2020 at 9:00 AM EST. There will only be one (1) Government sponsored site visit. SECNAV 5512-1 Form will need to be submitted. On the form, you may identify Christopher Bravar as the Base Sponsor, (757) 492-1143. After submission of the SECNAV 5512-1 Form, an offeror may then contact Hopper Hall Quarterdeck by calling 757-492-7327 to ensure they are cleared to enter the base. Address: 1922 Regulus Ave. � Visitor Control Center, VA 223461. Any questions on how to fill out the form shall be directed to Michael P. Butler @ Michael.p.butler@navy.mil. Request for Information (RFIs): Offerors who determine that the technical and or contractual requirement of this RFQ require clarification(s) in order to permit submittal of a responsive quotation/proposal shall submit all questions in writing via email to Michael P. Butler no later than 29 July 2020 by 12:00 PM EST at michael.p.butler2@navy.mil with inquiries attached as a Word document (no tables please). Please verify that inquiries are submitted by you on behalf of your subcontractors. A response will be published via an amendment. Wage Determination: Wage Determination No.:2015-4330, Revision No.:14 applies to this work. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of award. Register in SAM: In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quotation Due Date: Friday, 31 July 2020 no later than 12:00:00 PM EST with an anticipated award date by Tuesday, 5 August 2020. LATE PROPOSALS WILL NOT BE CONSIDERED. The proposal shall be submitted via email to dana.phillips@navy.mil and michael.p.butler2@navy.mil. Email should reference Synopsis/Solicitation Number N0017820Q6304 in the subject line. Award will be made based on Lowest Price Technically Acceptable.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0648ceabc2f8484ea1a7b48c2b72fbbd/view)
- Place of Performance
- Address: Virginia Beach, VA 23461, USA
- Zip Code: 23461
- Country: USA
- Zip Code: 23461
- Record
- SN05720485-F 20200716/200714230157 (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 |