Shop Floor repair and resurfacing with Epoxy Seal Coating
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commer... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS (https://www.fbo.gov/). The RFQ number is N5005419R0026. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and FAC 2005-101, effective 26 October 2018 and DFARS Publication Notice 20180928, effective 26 October 2018. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm. The NAICS code is 238330 and the Small Business Standard is 500. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. In accordance to Wage Determination #VA General Decision Number VA20190160 dated 04/05/2019. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing: The Powder Coat Shop within CEP-200 has a requirement for urgent repairs to be made to the shop floor along with a complete re-surfacing with an Epoxy Seal Coating. Failing concrete has created pock marks and holes that have created multiple safety hazards throughout the shop space. This requirement calls for the contractor to remove all failing concrete and epoxy patches around the powder cure oven and replave with a self-leveling epoxy concrete. A rust preventative will be applied to any exposed rebar and cured epoxy concrete will be grinded down to acquire a level, smooth floor surface. Once entire powder coat shop floor has been prepared, the floor will be covered with a pigmented Tennant Multi Surface Epoxy Seal Coat. A top coat of Tennant High Traffic System will be applied to complete the floor surface. COMPLETE AND DETAILED DESCRIPTION OF SUPPLIES/SERVICES NEEDED 1. Grind and/or jack hammer shop floors removing failing concrete and epoxy patches in front of and around the powder cure oven. Replace failed concrete with a self-leveling epoxy concrete. Apply a rust preventive to exposed re-bar and grind cured epoxy concrete to acquire a level floor smooth surface. Grind entire powder coat shop to remove all coatings and containments. Fill any and all large holes with pre-primer fast cure epoxy 2. Apply via squeegee a pigmented Tennant Multi Surface Epoxy seal coat. 3. Apply via squeegee and back roll method, a thick coat of pigmented Tennant Multi Surface Epoxy (ECO-MPE) ECO-MPE has 100% solids and is self-leveling. ECO-MPE will fill current holes and depressions to a somewhat smooth surface. ECO-MPE is chemically resistant to JP-4, Skydrol, hydrochloric acid and most petroleum products with no adverse effect. 4. Apply pigmented top coat of Tennant High Traffic System (ECO-HTS100). ECO-HTS 100 is an abrasion resistant moisture cure urethane with superior abrasion resistance and low voc's (86 g/l). ECO-HTS complies with SCAQMD VOC regulations. LEED credits available. ECO-HTS has excellent chemical resistance to jet fuel (JP-4), xylene, brake fluid, skydrol 500 B, skydrol LD4 and most petroleum products with no adverse effect based on 7-day spot testing. Period of Performance August 26th - September 27th 2019 The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification & Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ All quotes shall be submitted via Microsoft Word or Excel spreadsheet and must include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 10:00AM EST on August 19th,, 2019. Offers shall be emailed to Sharon.r.edwards@navy.mil or wendell.davis@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »