SOLICITATION NOTICE
72 -- BTS LAB CARPET REMOVAL AND INSTALL
- Notice Date
- 8/10/2020 1:27:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-20-Q-6795
- Response Due
- 8/21/2020 12:00:00 AM
- Archive Date
- 09/05/2020
- Point of Contact
- Eric V Loia
- E-Mail Address
-
eric.loia@navy.mil
(eric.loia@navy.mil)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 20-Q-6795. The North American Industry Classification System (NAICS) code applicable to this acquisition is 238330 � Flooring Contractor and the small business size standard is $16,500,000.00. This procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire goods and services in support of the removal and installation of new carpet in the NIWC PAC Building Combined Test Bed BTS Lab. The carpet being removed for this requirement is currently under testing equipment and furnishings that require specialized equipment and manpower for lifting and/or moving. Vendors may be allowed to visit the work site for a visual inspection to better understand the requirement by appointment only. Appointments may be scheduled weekdays between 11 AUG 2020 to 20 AUG 2020. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: CLIN 0001 - QTY 6998 - CARPET TILE - SEE ATTACHMENTS FOR MINIMUM SPECIFICATIONS AND STATEMENT OF WORK CLIN 0002 - QTY 684 BLACK COVE BASE - SEE ATTACHMENTS FOR MINIMUM SPECIFICATIONS AND STATEMENT OF WORK CLIN 0003 - FLOORING REMOVAL AND INSTALL - SEE ATTACHMENTS FOR MINIMUM SPECIFICATIONS AND STATEMENT OF WORK The expected Period of Performance for this effort is: 20 SEP 2020 to 30 SEP 2020. The anticipated place of performance for the effort is: NIWC Pacific, San Diego, CA, Bldg. 600 and Bldg. 627 BTS LABS. OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is ""None"" or ""Not applicable,"" explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications � Commercial Items, applies to this acquisition. Offerors must include a completed copy of this provision with offer. 2. Technical Documentation: a. Technical Approach or Specifications: Include a separate concise, clear, and descriptive narrative technical approach on how all of the supplies and services to the different sites and at different times will be provided. Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted supplies and services to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 3. Price Quote: Submit complete pricing for each individual item listed in the ""DESCRIPTION OF REQUIREMENTS"" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis for Award: The Government intends to award a contract to the responsive, responsible vendor, whose quote conforming to the RFQ is most advantageous to the Government, price and other factors considered. Technical, price and past performance factors will be used to evaluate quotes. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I � Technical: The Government will evaluate the quote to see if the following specification requirements as outlined in Attachment 001 - Minimum Specifications and Attachment 002 � Statement of Work are met to include all information required for a complete quote as defined in paragraph 2 above. Factor II � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph 3 above. Factor III � Past Performance: The Government will evaluate past performance, beginning with the lowest priced quote, by reviewing sources that may include, but are not limited to, information from Government personnel and information from sources such as the Federal Awardee Performance and Integrity Information System (FAPIIS). DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: Ensure to stay within the page limitations as follows: None Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 20 AUG 2020 at 05:00 PM, Pacific Time. Questions must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/ N66001-20-Q-6795. Include RFQ# N66001-20-Q-6795on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 21 AUG 2020 at 05:00 PM, Pacific Time. Quotes must be uploaded on the NAVWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/ N66001-20-Q-6795. E-mail quotes or offers will be accepted, Late quotes will not be accepted. NAVWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Eric Loia, Contract Specialist at eric.loia@navy.mil. Reference RFQ# N66001-20-Q-6795 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Attachment 001 Minimum Specifications 2. Attachment 002 - Statement of Work APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) Verify the current FAC number, which can be found at https://www.acquisition.gov/browse/index/far and insert the number here, for example, '2020-04' and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) Verify the current DPN which can be found at https://www.acq.osd.mil/dpap/dars/change_notices.html and insert the date here, for example, '20200114.' It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-7 System for Award Management OCT 2016 52.204-8 Annual Representations and Certifications DEC 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offer JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.207-4 Economic Purchase Quantity Supplies AUG 1987 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors -- Commercial Items (Tailored information provided Above) JAN 2017 52.212-2 Evaluation -- Commercial Items (Tailored information provided above) OCT 2014 52.212-3 and Alt I Offeror Representations and Certifications Commercial Items (As Registered in SAM) JAN 2017 52-219-1 Small Business Program Representations--Alternate I SEP 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation DEC 2016 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications APR 1984 52.247-34, F.o.b. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7004 Alternate A, System for Award Management FEB 2014 252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011 Alternative Line Item Structure SEP 2011 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System Statistical Reporting in Past Performance Evaluations JUN 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/893d5e6b6b8540c38a6aa39c4942fa3f/view)
- Record
- SN05751884-F 20200812/200810230152 (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 |