SOLICITATION NOTICE
Z -- Warehouse Maintenance - Woodford, Virginia
- Notice Date
- 7/15/2020 11:28:14 AM
- Notice Type
- Solicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 1305M2-20-R-NCNL01407
- Response Due
- 8/14/2020 1:00:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- Wendy Culbreth, Phone: 7576051263, Fax: 7574413786
- E-Mail Address
-
Wendy.Culbreth@noaa.gov
(Wendy.Culbreth@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Oceanic Atmospheric Administration (NOAA), National Ocean service (NOS), National Geodetic Survey�s Testing and Training Center, 15351 Office Drive, Woodford, VA� 22580 has a requirement for repair and painting (including flagpole) of the warehouse in accordance with the attached Statement of Work.� The project shall be required to complete within 30 calendar days of the notice to proceed. The exterior of the concrete block warehouse located at the National Geodetic Survey (NGS) Training & Testing Center in Woodford, VA requires the repair of mortar joints and painting (including doors and trim) and the repair of a shed attached to this building.� Flag Pole is to also be painted.� Mortar joints at several locations have deteriorated and need to be repaired. All of the exterior painted surfaces need to be thoroughly prepped and repainted, including all exterior walls, all exterior wood trim (door and windows), and the angle iron frames around the garage doors.� A metal lean to shed attached to the north wall of the warehouse building is in need of replacement of framing members and metal roof panels that are in very poor condition Statement of Magnitude � $25,000.00 to $100,000.00 This procurement is being issued as a 100% Small Business Set Aside.� The associated NAICS code is 238190, Other Foundation, Structure, and Building Exterior Contractors, with a business size standard of $16.5 million. The Department of Labor, Davis Bacon Act, General Decision Number VA20200015, dated 05/29/2020 is applicable to this solicitation and any resulting award.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price Technically Acceptable Offer (LPTA).� Technically acceptable is defined as the offeror�s ability to meet all the requirements/salient characteristics identified in the Statement of Work/Specification and the offeror�s demonstrated ability to perform the contract successfully through Past Performance.� Only the lowest priced offer will be evaluated for technical acceptability.� If the lowest priced offer is found not to be technically acceptable, then the next lowest priced offer will be evaluated.� This process will continue until a technically acceptable offer is identified; not all offers will be evaluated.� The following factors shall be used to evaluate offers: (1) Technical, (2) Past Performance, and (3) Price Technical (Pass/Fail) The government will evaluate the offeror�s ability and method/approach to providing all the requirements in the Statement of Work as identified in their technical section/proposal.� Technical will be rated as to the extent the offeror can clearly and fully demonstrate that it has a thorough understanding of the requirements and can successfully provide the requirements.� Offerors that cannot specifically address their ability and method/approach to providing all the requirements in the Statement of Work or that do not submit a Technical Section with their offer may be rejected without further consideration.� � Past Performance (Pass/Fail) The Government will evaluate an offeror�s past performance to determine the degree to which current and previous contract efforts indicate the probability of the offeror successfully accomplishing/performing the requirements of the Statement of Work.� The currency and relevancy of the information, source of the information, context of the data, and general trends in contractor�s performance will be considered.� � Past performance information received from the offeror shall be within the past 3 years or ongoing and be relevant to this requirement (i.e. the same or similar requirements.) Only relevant past performance will be evaluated. � Price (Only the lowest priced technically acceptable offer will be evaluated on Price) The Government will evaluate price for reasonableness and award a contract to the offeror with the lowest priced technically acceptable offer.� Offerors are required to provide a unit price for all items.� A zero dollar figure ($0.00) unit price means the Offeror will provide the service or supply at no charge to the Government.� Unit price left blank or annotated with something other than a dollar figure will be considered unacceptable and the Government has discretion whether to reject the offer without any further consideration. � The Government will evaluate the offeror�s ability to repair and paint the existing warehouse located at the National Geodetic Survey�s Testing & Training Center, 15351 Office drive, Woodford, VA� 22580 based on the technical proposal submitted IAW the Statement of Work.� In addition the Government will evaluate the proposed price for reasonableness.� ���� Please see the Statement of Work for details.� Additionally, offeror must provide the following information with the quote. The Request for Proposal (RFP) number. The Name, Address, Telephone Number, and DUNS Number. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFP. Acknowledgement of Solicitation Amendments (SF-30), if any. � Proposal must be submitted via electronic means (e-mail) by 4:00 P.M. Eastern on August 14, 2020 to the Contract Specialist, Wendy Culbreth, at Wendy.Culbreth@noaa.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5737dbf7b208421894a0877594a25bab/view)
- Place of Performance
- Address: Woodford, VA 22580, USA
- Zip Code: 22580
- Country: USA
- Zip Code: 22580
- Record
- SN05722012-F 20200717/200715230149 (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 |