Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Z -- Small Task Order Construction Contract (STOCC)

Notice Date
8/14/2020 11:15:48 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC020R0028
 
Response Due
8/26/2020 11:00:00 AM
 
Archive Date
09/10/2020
 
Point of Contact
Benjamin Crafton, Jacqueline Brooks
 
E-Mail Address
benjamin.p.crafton@nasa.gov, jacqueline.a.brooks@nasa.gov
(benjamin.p.crafton@nasa.gov, jacqueline.a.brooks@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The RFP is being amended to extend the proposal due date to Wednesday, August 26, 2020 to support KSC Mail Services due to the COVID-19 Pandemic. Pre-proposal questions received through 8/14/2020 have been answered and are uploaded herein. It was communicated that some interested parties were unable to access the KNPR 8715.7 KSC Construction Contractors Safety & Health Requirements; �as referenced in SOW Attachment 1_Technical Exhibit 001.� This has been uploaded herein for reference as needed. You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Kennedy Space Center�s Small Task Order Construction Contract (STOCC) solicitation.� The principal purpose of this requirement is to provide construction services over a 5-year period consisting of a variety of trades, such as carpentry/wall construction, roofing, interior and exterior electrical, mechanical/HVAC, plumbing, sheet metal, painting, demolition, concrete (flatwork and structures), masonry, welding, road repair, excavation, fire protection, earthwork, site improvements, etc. The need also includes a design build component to address urgent projects. NASA will conduct this acquisition as a competitive 8(a) Set-Aside. Competition will be limited to 8(a) firms located within the geographical area of the State of Florida and other 8(a) construction firms with a bona fide place of business within the State of Florida, and the assigned NAICS code. �The North American Industry Classification System (NAICS) code for this acquisition is 236220 and the small business size standard is $39M. This competitive acquisition will result in a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) with the ability to issue Firm-Fixed Price (FFP) task orders.� The contract will have an effective ordering period of 5 years from the contract effective date.�� The anticipated contract award date is February 2021 with the contract effective date being the date of contract award. The contract will be performed onsite at NASA, Kennedy Space Center and offsite at the Contractor�s facilities as necessary. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. �Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: NASA, Kennedy Space Center appreciates the comments received in response to the release of the Draft RFP.� These comments resulted in clarity to a few areas of the RFP, however, no significant changes were made from the Draft RFP to this Final RFP. The following answers are provided to the questions asked: RFP Section: L.13 3. Volume III Paragraph: c Question: In an attempt to lessen the burden on our Government clients, would you allow PPQ�s submitted for previous proposals (NAVFAC/USACE PPQ form) instead of requiring our clients to fill out the same information in the Attachment #4. Answer: No.� The PPQ is tailored to address specific questions based on risks/challenges of performing the requirements included within this solicitation. RFP Section: M.4 Factor 2 Paragraph: c Question: Can you please confirm to meet the relevancy requirement type 1 (3 projects simultaneously for a total of at least $750K), that the 3 projects can be 3 separate contracts that we executed at the same time with a total value added together of at least $750K? Answer: Yes.� The offer just needs to be able to demonstrate the ability to work 3 construction requirements simultaneously with a combined value of at least $750K� The 3 requirements can be 3 separate contracts, but should demonstrate a concurrent schedule. Be advised, in accordance with RFP Section: L.13 3. Volume III Paragraph: c. Offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date. Below is the appointed Source Selection Authority (SSA) and Evaluation Team Chairperson. The names provided are for informational purposes only and other than the Contracting Officer, Benjamin Crafton, or Lead Contracting Officer, Jacqueline Brooks, these individuals shall not be contacted regarding this acquisition.� The Government may change personnel associated with this acquisition at its discretion. SSA Kristen Ender, SI-B20 Evaluation Team Chairperson Gary Villa, NE-T90 Lead Contracting Officer Jacqueline Brooks, OP-CS Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS�COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract without discussions. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required all acquisition-related documents be released in Adobe Portable Document Format (PDF).� While Phase 2 of this evaluation will involve Price Volume exhibits in PDF format, the Offeror�s (selected into Phase 2) Price Volume proposal shall include completed Price Volume exhibits in Microsoft Office Excel format with working cell formulas.� Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, �any amendments and links to online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.beta.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. This RFP does not commit NASA, Kennedy Space Center to pay any proposal preparation costs, nor does it obligate NASA, Kennedy Space Center to procure or contract for these services.� This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Proposals submitted in response to this solicitation shall be due no later than indicated within BLOCK 13 of the SF1442. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel.� All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officers listed below. All questions regarding this RFP should be submitted in writing, electronically to Benjamin Crafton, Contracting Officer, at benjamin.p.crafton@nasa.gov�and Jacqueline Brooks, Lead Contracting Officer, at Jacqueline.a.brooks@nasa.gov on or before 10 Days prior to the date indicated in BLOCK 13 of the SF1442.� Offerors are encouraged to submit questions as soon as possible for consideration.� Thank you for your support.� We look forward to receiving your proposals.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c791f58d4112407cac5db898cb999c64/view)
 
Place of Performance
Address: KSC, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN05758653-F 20200816/200814230153 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.