Combined Synopsis/Solicitation – Room 1203 Renovation: N61340-20-R-0035
This is a combined synopsis/solicitation for Construction Services prepared in accordance with the format in FAR subpart 13.3, 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.
Combined synopsis/solicitation N61340-20-R-0035 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/content/regulations inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2005-101.
This procurement is being solicited on the basis of a small business set-aside competition with an associated North American Classification System (NAICS) code of 236220.
NAWCTSD has a requirement to furnish and install a fully finished drywall surface over two of the existing block walls of room 1203. Furnish and install metal furring and 5/8" Type "X" drywall. Drywall finished to Level 4. West and south walls only. Furnish and install paint for entire room including drywall ceiling/soffit. Wall dimensions are west wall 8’2” x 39’7” and south wall 8’2” x 33’3”. Remove 19 mirrors from the west wall of the room and relocate to north and south walls in room 1116 (Fleet Gym). Relocate lighted exit sign, light switch, thermostat and electrical/audio-visual/data/phone outlets so they are flush with the finished wall. Furnish and install new 4" vinyl base. Clean up and protect finishes that are to remain. All work to be coordinated with the government (NSA Orlando, NAVFAC and NAWCTSD).
All work shall be installed in accordance all Unified Facility Criteria (e.g. National Electric Code (NEC), Life Safety Code, etc.).
Several requirements for this project are as follows:
• All applicable federal, state, and local codes shall be followed including but not limited to Unified Facility Criteria found at https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc
• Electrical modifications (Changes to existing circuits and locations)
• Ensuring all electrical work meets NEC requirements
• Ensuring that all work is tested to be complete and useable
• Ensuring dust and noise levels are kept to a minimum with daily cleanup.
The CLIN Breakout is as follows:
CLIN 0001 – Renovation of MPR (Room 1203)
NAWCTSD Orlando
ATTN: Dennis Gibbon
12211 Science Drive
Orlando, Florida 32826
This requirement will have a completion date of 31 January 2020.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition with the addendum that Offerors are required to submit warranty information and parts availability with its offer.
The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply.
Evaluation Criteria: The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. A firm-fixed-price purchase order will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the offeror meeting the specifications of this combined synopsis/solicitation.
The failure of an offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the offeror being ineligible for award.
All offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/.
Going forward, all new entities registering in GSA’s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an “Active” status as the government cannot award to an entity without an “Active” SAM registration. More information can be found at www.gsa.gov/samupdate.
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition:
FAR 52.204-7
FAR 52.204-13
FAR 52.209-2
FAR 52.212-4
FAR 52.219-6
FAR 52.219-28
FAR 52.222-3
FAR 52.222-19
FAR 52.222-21
FAR 52.222-26
FAR 52.222-36
FAR 52.222-50
FAR 52.223-18
FAR 52.225-1
FAR 52.225-3
FAR 52.225-13
FAR 52.232-33
FAR 52.233-1
FAR 52.236-5
FAR 52.236-7
FAR 52.236-26
FAR 52.247-34
FAR 52.252-2
The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition:
DFARS 252.203-7000
DFARS 252.203-7002
DFARS 252.203-7005
DFARS 252.204-0001
DFARS 252.204-7003
DFARS 252.204-7006
DFARS 252.204-7015
DFARS 252.211-7003
DFARS 252.225-7048
DFARS 252.232-7006
DFARS 252.232-7003
DFARS 252.232-7010
DFARS 252.244-7000
DFARS 252.246-7008
All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/content/regulations.
No DPAS rating applies.
Offers are due no later than 1400 US Eastern Standard Time on 12 December 2019. Quotes will only be accepted by Contract Specialist, Amber Chalifoux via email at [email protected]. Responses must include at least the solicitation number; name, address and telephone number of offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Amber Chalifoux, Contract Specialist, Phone: 407-380-4491, email: [email protected].