Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

Z -- Epoxy Flooring Repair

Notice Date
1/13/2021 10:18:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833521R0064
 
Response Due
1/19/2021 12:00:00 AM
 
Archive Date
07/18/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N6833521R0064 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 238190 with a small business size standard of $15.00M. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-01-19 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: LI 001: Remove existing carpet tiles from north side of building 562 (on Joint Base McGuire-Dix-Lakehurst, Route 547 Lakehurst, NJ 08733) near the loading doors on the first floor and remove the existing damaged epoxy flooring at the south side of the building in the Atrium area at first floor SW entry door and entire third floor landing area. Prepare all areas for new epoxy coating. Apply primer to existing surface as required to allow resin to properly bond to existing surface. Apply elastic-type epoxy resin mixture with binding glue (thicken) agent to all new areas. Apply an anti-slip top coat-sealant to all new areas to best match the existing floor. Provide a five (5) year warranty on the material and workmanship for all repairs. Construction Wage Rate Requirements apply. See attached SOW and COVID Operating Policy for additional information., 1, LABOR; LI 002: The Contractor shall provide all personnel, equipment, tools, labor, materials, supervision, and other items necessary to perform the work specified. Required materials include: solvent, primer, elastic-type epoxy resin mixture with binding glue (thicken) agent, and anti-slip sealant. See SOW., 1, MATERIAL; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-1 Approval of Contract 52.204-2 Security Requirements--Alternate II 52.204-7 System for Award Management 52.204-8 Annual Representations and Certifications 52.204-9 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-14 Service Contract Reporting Requirements 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation 52.207-2 Notice of Streamlined Competition 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-6 Brand Name or Equal 52.211-10 Commencement, Prosecution, and Completion of Work 52.212-1 (DEVIATION CD 2018-O0018) Instructions to Offerors�Commercial Items 52.212-2 Evaluation�Commercial Items 52.212-3 Offeror Representations and Certifications�Commercial Items--Alternate I 52.212-4 Contract Terms and Conditions�Commercial Items 52.212-5 (DEVIATION CD 2018-O0018) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.215-1 Instructions to Offerors�Competitive Acquisition 52.215-8 Order of Precedence�Uniform Contract Format 52.219-1 Small Business Program Representations--Alternate I 52.219-6 (DEVIATION 2020-O0008) Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-5 Construction Wage Rate Requirements�Secondary Site of the Work 52.222-6 Construction Wage Rate Requirements 52.222-7 Withholding of Funds 52.222-8 Payrolls and Basic Records 52.222-9 Apprentices and Trainees 52.222-10 Compliance with Copeland Act Requirements 52.222-11 Subcontracts (Labor Standards) 52.222-12 Contract Termination�Debarment 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations 52.222-14 Disputes Concerning Labor Standards 52.222-15 Certification of Eligibility 52.222-16 Approval of Wage Rates 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction 52.222-26 Equal Opportunity 52.222-27 Affirmative Action Compliance Requirements for Construction 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-3 Hazardous Material Identification & Material Safety Data 52.223-5 Pollution Prevention & Right-To-Know Information 52.223-6 Drug-Free Workplace 52.223-10 Waste Reduction Program 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-19 Compliance with Environmental Management Systems 52.223-20 Aerosols 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-9 Buy American�Construction Materials 52.225-10 Notice of Buy American Requirement�Construction Materials 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.225-26 Contractors Performing Private Security Functions Outside the United States 52.227-1 Authorization and Consent 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement 52.227-13 Patent Rights�Ownership by the Government 52.228-13 Alternative Payment Protections 52.232-5 Payments under Fixed-Price Construction Contracts 52.232-8 Discounts for Prompt Payment 52.232-23 Assignment of Claims 52.232-27 Prompt Payment for Construction Contracts 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.236-1 Performance of Work by the Contractor 52.236-2 Differing Site Conditions 52.236-3 Site Investigation and Conditions Affecting the Work 52.236-5 Material and Workmanship 52.236-6 Superintendence by the Contractor 52.236-7 Permits and Responsibilities 52.236-8 Other Contracts 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.236-10 Operations and Storage Areas 52.236-11 Use and Possession Prior to Completion 52.236-12 Cleaning Up 52.236-13 Accident Prevention 52.236-14 Availability and Use of Utility Services 52.236-15 Schedules for Construction Contracts 52.236-17 Layout of Work 52.236-21 Specifications and Drawings for Construction 52.236-26 Preconstruction Conference 52.236-27 Site Visit (Construction)--Alternate I 52.236-28 Preparation of Proposals�Construction 52.242-14 Suspension of Work 52.243-1 Changes�Fixed Price--Alternate I 52.243-5 Changes and Changed Conditions 52.245-1 Government Property 52.245-9 Use and Charges 52.246-12 Inspection of Construction 52.246-21 Warranty of Construction 52.247-34 F.o.b. Destination 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.249-10 Default (Fixed-Price Construction) 52.249-14 Excusable Delays 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-3 Alterations in Solicitation 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 DoD Antiterrorism Awareness Training for Contractors 252.204-7006 Billing Instructions 252.204-7007 Alternate A, Annual Representations and Certifications 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. 252.211-7002 Availability for Examination of Specifications, Standards, Plans, Drawings, Data Item Descriptions, and Other Pertinent Documents 252.211-7007 Reporting of Government-Furnished Property 252.215-7007 Notice of Intent to Resolicit 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials�Basic 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program�Basic 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.227-7033 Rights in Shop Drawings 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.236-7000 Modification Proposals--Price Breakdown 252.236-7001 Contract Drawings and Specifications 252.236-7008 Contract Prices--Bidding Schedules 252.243-7001 Pricing of Contract Modifications 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.247-7023 Transportation of Supplies by Sea�Basic An optional site visit shall be conducted on Tuesday, January 12 2021, 11:00 AM EST. Vendors shall confirm attendance with and submit attached EAL Form to David Thesling at david.thesing1@navy.mil one (1) week prior to the date of the site visit in order to gain access to the installation. FAR clause 52.222-6 Construction Wage Rate Requirements is applicable to this buy for New Jersey and Ocean County, as prescribed in FAR 22.407(a).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a4d003a1f33445889a2295c08595aab3/view)
 
Place of Performance
Address: See Place of Performance.
 
Record
SN05891284-F 20210115/210113230105 (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.