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

71 -- Pallet Rack Reconfiguration and Installation Building PH-1392

Notice Date
8/14/2020 1:52:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339420Q0125_FY20-14051
 
Response Due
8/16/2020 5:00:00 PM
 
Archive Date
08/31/2020
 
Point of Contact
Ruben A. Velasquez, Phone: 8052280428
 
E-Mail Address
ruben.velasquez@navy.mil
(ruben.velasquez@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION � Document Type:� Combined Solicitation/Synopsis Solicitation Number: N63394-20-Q-0126 NAICS: 332312 FSC/PSC: 7125 Contracting Office Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 � Place of Delivery Address: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 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; quotations are being requested, and a written solicitation will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 332312 with a Small Business Size Standard of 500 people. This combined synopsis/solicitation is 100% set aside for small business concerns. � The Naval Surface Warfare Center, Port Hueneme Division is seeking �Pallet Rack and Reconfiguration at Naval Base Ventura County Building PH-1392. � See Note A, below for details about an upcoming site visit. ��������������� STATEMENT OF WORK BLDG. 1392 Pallet Rack reconfiguration and installation General: The Contractor shall provide all labor, tools, material handling equipment (forklifts, man-lifts, etc), materials, equipment, supervision and services, unless otherwise specified, to complete the work required herein. All the work and procedures shall be performed in conformity to the specifications and work requirements herein. All local labor standards for occupational safety and health apply to this contract. Bidders shall attend a site walk-through/survey to evaluate current configuration and materials that can be reused and take measurements to support preparing proposal. Bidders submittal must include parts list with part numbers, catalog cut sheets, floor and elevation plans. Contractor must request an inspection of work area and hot work permit from NBVC Fire Prevention, (805) 207-3818, prior to conducting any grinding or welding. There is no cost to the contractor for this service. Request 48 hours in advance. Debris Disposal: Debris produced from the work shall be removed and disposed by the contractor. If a dumpster is needed, the contractor must make all provisions for installation, dumping, removal, and clean-up. Scope of work: Summary:� Disassemble, as required, 29 pallet racks, wire decking and vertical wire panels behind racks from 2 areas in the hi-bay and re-use this material as well as furnish additional pallet racks, wire decking, vertical wire panels and posts, and associated hardware to reconfigure and enlarge existing supply and tool cages per the attached new layout drawing.� The vertical wire panels will make an enclosure to prevent unauthorized access to the supply and tool cages. Both the supply and tool cage have sliding, lockable gates with lockable hardware that must be replaced with durable locking and latching hardware to with stand daily use. Tasks: Disassemble nine bays of 108-inch wide pallet racks, wire decking, vertical wire panels behind racks and all associated hardware from southeast side of hi-bay. Save for reuse.� Cut or grind off anchor bolts so they are flush with concrete. Fill any holes with epoxy or other approved suitable, durable substance. Disassemble 20 bays of 96-inch wide pallet racks, wire decking, vertical wire panels behind racks and all associated hardware from southeast side of hi-bay. Save for reuse. Cut or grind off anchor bolts so they are flush with concrete. Install saved (96 & 108 inch wide) pallet racks, wire decking, with vertical wire panels and posts around supply and tool cage along with new material furnished by contractor as required in accordance with provided drawing. �New contractor furnished pallet racks shall be 96 inches wide (interior dimension). Anchor all pallet racks and wire panel posts to the concrete floor. Specifications Anchor all pallet racks and wire panel posts to the concrete floor in accordance with California seismic compliance. All new pallet racks must have a minimum of 6,000 pounds capacity per beam level (3,000 per pallet) with 3 shelves total. No shelf required on floor level. The lowest shelf shall have a minimum 65 inches of clearance to the floor to accommodate 59-inch tall Vidmar cabinet. Other two shelfs shall be set with a minimum 55 inches of clearance between shelves. Vertical wire panels shall be 240 inches tall. New pallet rack uprights shall be a minimum of 216 inches tall. Existing Pallet Racks (all dimensions are in inches): 21 rack bays, 96� (interior) width x 42 deep x 240 tall. Each rack bay has 3 shelves with wire decking. No shelf for floor level. These are marked with �E� on new layout drawing.���� 9 rack bays, 108� (interior) width x 42 deep x 216 tall. Each rack bay has 3 shelves with wire decking. No shelf for floor level. These are marked with �E1� on new layout drawing. New Pallet Racks (all dimensions are in inches): 15 rack bays, 96� (interior) width x 42 deep x 240 tall. Each rack bay has 3 shelves with wire decking. No shelf for floor level. These are marked with �A� on new layout drawing. All vertical dimensions must be taken from the top of slab. The contractor is to verify all location dimensions prior to the start of installation. All frames & post are to be plumb. All bays are to be square. This structure is to be added to an existing building. It is designed as a free standing structure and is not tied to the building except for floor anchors. The ends of the wire panels used to control access to the supply and tool cage can be attached to the walls at the end. Installer is to set up one bay for approval & sign-off by the customer prior to completing installation. Approval & sign-off includes Shims may be used under the base plate to maintain the plumbness of the pallet racks. Shims shall be made of a material that meet or exceeds the design bearing strength or allowable bearing strength of the floor. Shims size and location under base plate shall be equal to or greater than the required base plate size and location. The total thickness of shims shall not exceed 6 times the diameter of the largest anchor bolt. Shims with a total thickness < 6 times the anchor bolt diameter with less than 2 anchor bolts shall be interlocked or welded. Shims with a total thickness < 2 times the anchor bolt diameter need not be interlocked or welded. NOTE A:�� Complete form SITE VISIT REQUEST FORM and send to ruben.velasquez@navy.mil to� be�added�site visit request list by 07/31/2020�. SITE VISIT DATE IS 08/04/2020 � DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated DO-C9 under the Defense Priorities and Allocations System � INSTRUCTIONS TO INDUSTRY: Submission of quotes shall be received not later than 08/16/2020.� No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) Ruben Velasquez at ruben.velasquez@navy.mil . It is the responsibility of the vendor to submit quotes to the POC at NSWC PHD by the closing date of 08/16/2020 05:00 P.M. PACIFIC STANDARD TIME. All changes to the requirement that occur prior to the closing date will be posted to BETA.SAM.GOV. It is the responsibility of interested vendors to monitor BETA.SAM.GOV for amendments that may be issued to this solicitation. For changes made after the closing date, only those vendors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Additionally, please provide the following information: CAGE Code? Tax ID# (if applicable)? GSA Contract Number (if applicable)? Country where items are manufactured (if applicable)? Lead Time or Period of Performance? Shipping Charges (if applicable)? Is your company the OEM or proprietary for these products? Company Size (large or small)? Do you have distributors (if applicable)? Are the items quoted available on a commercial, published, or on-line price listing? Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil)? The following factors will be used to evaluate quotes: � Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)).� The government will evaluate information based on the following evaluation criteria: Price (Lowest Price Technically Acceptable) � Technical Capability.� The Vendor�s technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation and adherence to the Statement of Work.� Technical capability will receive an �acceptable� or �not acceptable� rating.� Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 213.106-2 and 252.213-7000. � � Adjectival Rating Description Acceptable:� Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Unacceptable: Based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ � � APPLICABLE CLAUSES � FAR 52.202-1 Definitions. FAR 52.203-3 Gratuities FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of��� Whistleblower Rights FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management. � FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. � FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-16 Commercial and Government Entity Code Reporting. � FAR 52.204-17 Ownership or Control of Offeror. � FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-21 Basic Safeguarding of covered contractor information systems. FAR 52.204-22 Alternative Line Item Proposal. � FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and services developed or provided by Kaspersky lab and other covered entities. � FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation. FAR 52.209-4� First Article Testing will be performed by Government. FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. � FAR 52.211-15 Defense Priority and Allocation Requirements. FAR 52.212-1 Instructions to Offerors�Commercial Items. � FAR 52.212-2 Evaluation�Commercial Items. � FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. � Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. � FAR 52.219-1 Small Business Program Representations. FAR 52.219-4 Notice of Hubzone Set-Aside or Sole Source (Deviation 2019-O0003 FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor�Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-41 Service Contract Labor Standards FAR 52.222-46 Evaluation of Compensation for Professional Employees (Not for use in NAVSEA). FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals� Representation. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.246-1 Contractor Inspection Requirements. FAR 52.246-2 Inspection of Supplies�Fixed-Price. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.231-7000 Supplemental Cost Principles. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.247-7023 Transportation of Supplies by Sea. G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) Questions ? Clarifying working hours All material will be off shelves and free of obstruction for vendors Durable locking mechanism for gate.� Keyed Padlock is acceptable ������ Proposal should be include Labor hours, Material and other indirect costs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7feaad33bcd49f890abc18fa5025992/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05759344-F 20200816/200814230158 (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.