SOLICITATION NOTICE
Z -- Replace Doors at OMS and Training Bldg/Paint OMS Ceiling; Farrell, PA
- Notice Date
- 8/18/2020 5:11:00 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-20-Q-5363
- Response Due
- 8/27/2020 11:00:00 AM
- Archive Date
- 09/11/2020
- Point of Contact
- Stephen Burks, Phone: 6095623278, Sharon Wilson-Emmons, Phone: 6095626405
- E-Mail Address
-
stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil
(stephen.l.burks.civ@mail.mil, sharon.wilson-emmons.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. The United States Army Contracting Command � New Jersey (ACC-NJ) has two (2) requirements in support of the 99th Readiness Division (RD), Directorate of Public Works: (1) Replacement of Doors at OMS and Training Building and (2) Painting the OMS Ceiling in both bays at the Pendel-Caminiti USARC, 950 New Castle Rd. Farrell, PA 16121-1265. All work must be completed as defined by the specifications as identified and incorporated in the Specifications of Work (SOW).��� 2.� Contractor must have an �Active� registration in System for Award Management (SAM) at time of bid submitted to be considered for award.� To obtain information on SAM or to register with SAM visit the web site at: https://www.beta.sam.gov.������� 3. A site visit is highly recommended.� In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit request shall be coordinated via email with the Regional Facility Operation Specialist (RFOS), Scott Kawski at email address, scott.w.kawski.civ@mail.mil AND copy Contract Specialist, Stephen Burks at email address, stephen.L.burks.civ@mail.mil. Site visits will be held at the Pendel-Caminiti USARC, 950 New Castle Rd. Farrell, PA 16121-1265.�� � Site Visit Dates are as follows: 14 August 2020 at 11:30am 17 August 2020 at 10:00am The POC will be Cindy Croyle at (412)526-0054 � Please confirm your attendance date/time with Scott Kawski at email address, scott.w.kawski.civ@mail.mil. � 4.� Questions shall be emailed to the Contract Specialist, Stephen Burks at stephen.L.burks.civ@mail.mil AND the Contracting Officer, Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil no later than August 24, 11:00 AM EST.� Questions must specify the section or paragraph of the Specifications of Work (SOW) for which the clarification is desired.�������� 5. Contractor offers shall be submitted via email to Stephen Burks at stephen.L.burks.civ@mail.mil AND Sharon Wilson-Emmons at sharon.wilson-emmons.civ@mail.mil.������ All offers shall include the following:������������������� ������ Pricing:������� a. Pricing for all Contract Line Item Numbers (CLINs). Unit price and total price should also be included. You must complete the pricing breakdown sheet � attached.������� b. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of� 236220 - Commercial and Institutional Building Construction.���� � c. Complete blocks 14, 15, 30a, 30b and 30c of the SF1442 as well as signing/acknowledging any amendments.� In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Quote.������� d.� Copy of insurance certificate meeting minimum requirements identified in Federal Acquisition Regulation Subpart 28.307-2������� 6. All offers shall remain valid for 120 calendar days.������� 7. Multiple offers will not be accepted.����� � 8.� Attachments:������ Site Map: PA027-Farrell-A2-CSS 17022-Farrell Motor Pool Door� PA027 Farrell A2 CSS 5003 Floor Plan Paint OMS Ceilings PA027 Farrell A2 CSS 5003 Pictures Paint the OMS ceiling and convert the tool storage room int~ Price Breakdown Sheet���� �������� � �������� II. BASIS FOR AWARD / EVALUATION CRITERIA����� 1. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered.� The Government intends to award a single Firm Fixed Price (FFP) contract.��� Technical Capabilities Statement is required.��������� � 2.� The Government intends to award a contract without discussions with respective offerors, so offerors should submit their best offer initially.� The Government, however, reserves the right to conduct discussions if deemed in its best interest.������� 3.� Award shall be made to a single contractor. Award will be made to the lowest priced technically acceptable, responsible offeror that meets the requirements of the Specifications of Work/attachments and this solicitation.������������� �������� A. PRICE:������� 1.� Proposals will include unit prices for each line item listed and a total price, in order that proposals may be properly evaluated; completed SF1442 and any amendments; insurance certificate IAW FAR Subpart 28.307-2.����� You must complete the pricing breakdown sheet � attached.����� � 2. The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLIN) for the total evaluated price. In the event there is a difference between a unit price and the total CLIN amount, the unit price will be held as the intended price multiplied by the number of units. If the offeror shows only the total amount but fails to submit a unit price, the total CLIN amount divided by the quantity will be held as the intended price.��������������� ������� B.� The Past Performance Information Retrieval System and Federal Awardee Performance & Integrity Information Systems as well any other Government-sponsored information available may be utilized to help make a responsibility determination in accordance with FAR Subpart 9.104.�������������� ������� C.� Failure to provide the requested information may deem the proposal Unacceptable and may not be eligible for award.�������������� ������� D.� The Government will begin the evaluation process with a ranking based on the Total Evaluated Price from the lowest to highest price.� Following the price ranking, only the lowest priced offeror(s) will be evaluated for technical acceptability under the non-price factor(s) according to the evaluation criteria set forth in paragraph 3 of this section.� If acceptable, the evaluation will stop at that point and award will be made to the lowest priced technically acceptable offeror. If unacceptable, the Government will continue to review proposals in order of price until evaluating one that is technically acceptable and eligible for award.� The Government reserves the right to conduct additional technical evaluations as deemed necessary.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f7150a770c24deebc24a41211a7a0f1/view)
- Place of Performance
- Address: Farrell, PA 16121, USA
- Zip Code: 16121
- Country: USA
- Zip Code: 16121
- Record
- SN05763209-F 20200820/200818230202 (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 |