The RFP Database
New business relationships start here

CSC-19719 M&R Building 20


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Defense Logistics Agency, Defense Supply Center/DLA Land and Maritime, Columbus Ohio has a requirement for installation of Security Enhancements located at the Defense Supply Center Columbus, Ohio. 


This procurement is issued as a 100% small business set aside.  The NAICS for this requirement is 236220.  The Small Business size standard for this requirement is $36,500,000.00.


The award will be a firm fixed contract.  Award will be based on the lowest evaluated price of the technically acceptable proposal meeting all of the solicitation requirements from responsible offerors with acceptable past performance.    There will be one award made for this project.   Award may be made without discussions.


One preproposal conference/site visit is scheduled for this project and is scheduled for 1:00 PM local time on 31 JULY, 2019.  All individuals wishing to attend will be required to request Center access no later than 24 hours prior to the site visit date. Those individuals wishing to attend must provide their name and corporate affiliation to William.hurley@dla.mil BY EMAIL.  The Defense Supply Center is a secure facility and individuals who do not preregister will not be granted access.  Registered participants can not bring unregistered personnel on center with them.   Individuals will need to enter the Center through the Visitor Processing Center located at the DSCC Main Entrance, 401 N. Yearling Road, Whitehall, OH 43213.  Valid federal or state issued photo identification will be required.  Anyone attempting to use state issued identification from any state not in compliance with the Real ID Act of 2005 will be denied access to the DSCC Center. 


Beginning on January 30, 2017 certain state ID's may not be accepted for access to DSCC due to non-compliance of the Real ID Act of 2005. The Real ID Act of 2005 and Department of Homeland Security (DHS) Guidance (lead for REAL ID enforcement) prohibits Federal agencies (includes DoD) from accepting drivers' licenses and state identification cards from non-compliant states. The Act was enacted to implement the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance...of sources of identification, such as driver's licenses." It established minimum security standards for license issuance and production and assigned responsibility for determining whether a state is meeting these standards to the Department of Homeland Security (DHS).   For more information on the Real Act of 2005 and a list of compliant and non-compliant states please go to the following DHS website: https://www.dhs.gov/real-id.  ;


The following summary is for the purpose of general information and is not intended to include or describe every feature or item or to define the scope of work.  It is expected that prospective contractors will attend the site visit, review solicitation documents, and thoroughly familiarize themselves with the project prior to submitting a proposal. 


PROJECT SCOPE INFORMATION:


The contractor shall furnish all plant, labor, equipment, materials, supplies and supervision required in performing all operations to perform the following maintenance and repair work to complete this project:

CLIN No. 1:

•·         Replacement of loading dock ceiling by EIFS Systems;

•·         Replacement of fire suppression systems over loading dock at POD C;

•·         Replacement of ceiling lighting over loading dock area at POD C by new LED lighting systems;


 CLIN No. 2:

•·         Renovation to Nurse Station to provide extra exam room for patient care (Install new Walls, new door, new window & new counter coiling door,  modify HVAC Ducts, Fire Suppression Sprinkler System, Alarms & Lighting, etc.);


 CLIN No. 3:

•·           Replacement of sanitary sewer lines within kitchen floor and exterior concrete patio at the south side of the building 20.

 CLIN No. 4:

•·          Replacement of low level walkway lighting in the front and rear of the building 20;

 CLIN No. 5:

•·         Installation of new dock enclosure over dock floor and high speed coiling service doors over the dock levelers;


 CLIN No. 6:

•·         Repair Window Leaks by Caulking & Sealant for Selected Windows;

 CLIN No. 7:

•·         Repair Storm Drain Pipes on Decks in Pods A, B & C;

 CLIN No. 8:

•·         Replacement of Rubber Tiles by Slip-Resistant Floor Coatings in Rooms C130, C123 & C133.

 CLIN No. 9:

•·         Replacement of paver tiles by installation of concrete Walkways at North side of Building 20


 The contractor shall perform all operations in conjunction with this project in strict accordance with specifications & drawings # 3-1692,  sheets 1 through 16.


BASIS OF AWARD:  The Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Note that offers that are not technically acceptable cannot be selected, regardless of price.


Selection of an offeror for contract award will be made on the basis of an assessment of each offeror's response to the Request for Proposal (RFP). As a Request for Proposals (RFP) based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) evaluation factors for determination of technical acceptability consist of:

                1.             Past Performance;

                2.             Technical Construction Capability; and

                3.             Technical Qualifications of Proposed Staffing.

 

Offerors submitting proposals must comply with the requirement to provide information detailed in solicitation Sections L and M - DOCUMENTATION OF TECHNICAL ACCEPTABILITY with their proposals.   

 


NOTE: Failure to comply with the RFP requirements will raise serious questions regarding an Offeror's technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award.

Details of workmanship shall be in accordance with the highest standards and best practices of the respective trade as recognized by respective contractor's association. 

 

Only qualified tradesmen or mechanics shall be assigned to do the work required by this contract.  At no time shall the work be accomplished by apprentices or laborers without the supervision of a journeyman or higher level supervision.  Contractor personnel will not require a secret clearance.

 


The contract will be required by law to pay prevailing wage rates for all work awarded under the contract.  The Defense Supply Center Columbus is located in Franklin County, Ohio.

PERIOD OF PERFORMANCE:  All work associated with the performance of this project must be completed within 365 calendar days after issuance of the Notice to Proceed. 

Questions concerning this requirement must be submitted no later than 4:00 PM local time on 16 August, 2019.


The solicitation will close at 1:00 PM (Eastern) on 06 September, 2019.

 


William M. Hurley, Acquisition Specialist, Phone 6146920439, Email William.Hurley@DLA.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP