Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W15QKN-19-Q-1122
***Site Visits will be conducted at the location on Wednesday, 10-April 2019 at 11am Eastern with Mr. Jeremy Bussiere, Phn. (207) 782-7088 x 219*** 1. The United States Army Contracting Command - New ...
***Site Visits will be conducted at the location on Wednesday, 10-April 2019 at 11am Eastern with Mr. Jeremy Bussiere, Phn. (207) 782-7088 x 219*** 1. The United States Army Contracting Command - New Jersey (ACC-NJ) has a requirement in support of the 99th Regional Support Command (RSC) Directorate of Public Work for Demolition and Removal of Concrete Pads at the MG Oliver O. Howard USARC/AMSA 160 1072 Minot Ave. Auburn, ME 04210. All tasks associated with attached Scope of Work should be performed at the MG Oliver O. Howard USARC. The contractor shall furnish all plant, labor, equipment, materials, transportation, supervision and technical expertise to perform requirements in accordance with the specifications and allotted period of performance described in this SPECIFICATION Of Work (SOW). The North American Industry Classification System (NAICS) code that apply to the principal nature of the acquisition: 236220, Commercial and Institutional Building Construction with a size standard of $36,500,000.00. 2. Contractor must be registered in System for Award Management (SAM) to be considered for award. To obtain information on SAM or to register with SAM visit the web site at: https://www.sam.gov. 3. This solicitation is being issued under FAR Part 13 and FAR Part 36. 4. You must submit a techincal and price proposal outlining your approach for performing these services with your pricing pproposal. Failure to submit a techincal approach/proposal will render your proposal unacceptable. 5. All work shall be performed in accordance with the SPECIFICATION Of Work (SOW). 6. Site Visit is highly suggested, for this requirement, the site visit shall be coordinated/completed as soon as possible. All requests shall be made to the RFOS Leslie Gadsby, at email address: leslie.s.gadsby.civ@mail.mil and to the Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil. 7. Questions shall be emailed to the Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil or to the Contracting Officer, sharon.wilson-emmons.civ@mail.mil. Questions must specify the section or paragraph of the Request for Proposal (RFP) for which the clarification is desired. 8. Contractor offers shall be submitted via the Federal Business Opportunity (FBO) website at https://www.fbo.gov/ using the document upload option. Instructions are available, if needed, in the FBO Vendor Guide on the FBO website. a. Pricing for all Contract Line Item Numbers (CLINs). A total price shall also be included. ***PLEASE FILL YOUR PRICING INFORMATION ON THE DOCUMENT OF THE LINK LABELED "Contractor Cost Breakdown Form"*** b. Detailed, itemized price breakdown to include price of materials, labor by category/rate, profit, mobilization, bonds (if applicable) and overhead for each contract line item. WORKSHEET AS AN ATTACHMENT TO THE SOLICITATION SHOULD BE COMPLETED. THE UNITS OF MEASURE ON THE WORKSHEET ARE FOR INFORMATION PURPOSES ONLY AND CONTRACTOR IS RESPONSIBLE TO VERIFY ALL MEASUREMENTS AND QUANTITIES. c. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of 236220. d. Complete blocks 14, 15, 17, 19 and 20 of the SF1442. In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Proposal. EVALUATION CRITERIA Award will be made only after agreement has been reached on all terms and conditions, and on fair market value for the supplies and services to be acquired. Although the Government intends to award without discussions, if the price is not determined to be fair and reasonable, negotiations will commence. Award will be made only after agreement has been reached on all terms and conditions, and a fair market price for the construction requirement to be acquired. Your Technical Proposal must contain a Capabilities Statement which states how you will meet the requirements of the SPECIFICATION Of Work (SOW)along with any references. The Government will also use other systems to review or verify past performance. Your price proposal must provide a breakdown of labor costs, by labor code and hours, a list of all material costs, any travel or other direct costs, and any other costs like overhead, G&A and profit. The capabilities statement shall be no more than 10 pages with no smaller than 12 inch font and 1 inch margins on all sides.