Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

45 -- Installation of stainless steel shower enclosures

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, MCC San Diego, Metropolitan Correctional Center 808 Union Street, San Diego, CA, 92101
 
ZIP Code
92101
 
Solicitation Number
DJB61005-0004-4
 
Response Due
6/18/2004
 
Archive Date
7/3/2004
 
Point of Contact
Lynda Reyes, Contract Specialist, Phone (619) 232-4311, ext. 622, Fax (619) 231-4913, - Lynda Reyes, Contract Specialist, Phone (619) 232-4311, ext. 622, Fax (619) 231-4913,
 
E-Mail Address
lreyes@bop.gov, lreyes@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. (ii) Solicitation #DJB61005-0004-4. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #22. (iv) This procurement is Total Small Business Set-Aside. (v) Contractor must be registered with Dun and Bradstreet with a DUNS number . This DUNS number must be recorded in the Central Contractor Registration (CCR) with a current, not expired, registration. Both Dun and Bradstreet as well as CCR can be accessed through http://www.fpdc.gov. (vi) Payment will be by Electronic Funds Transfer on a Net 30 Days ARO procedure unless otherwise annotated . (vii) Delivery/service to begin within five (5) working days of completion of security clearances and complete within 60 days from initial date of service. (viii) The Federal Acquisition Regulation (FAR) provisions at 52.212-1, Instructions to Offers-Commercial Items, applies to this acquisition. (ix) 52.212-2, Evaluation - Commercial Items, Price. (x) 52.216-1, Type of Contract - The Government contemplates award of a contract, resulting from this solicitation, that is CONTRACT TYPE: fixed-price acquisition made under simplified acquisition procedures. (xi) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, with offer. THE FOLLOWING FAR CLAUSES APPLY TO THIS ACQUISITION: (xii) 52.212-4, Contract Terms and Conditions - Commercial Items; (xiii) 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items; (xiv) 52.219-6, Notice of Total Small Business Set-Aside; (xv) 52.222-41, Service Contract Act of 1965, as Amended. Applicable wage rates for this solicitation can be obtained at http://www.wdol.gov/sca.aspx#8 which are service wage rates for San Diego County, California. (xvi) 52.233-2, Service of Protest; (xvii) 52.237-1, Site Visit; (xviii) 52.249-4, Termination for Convenience of the Government (Services) (Short Form); (xix) 52.249-8, Default (Fixed-Price Supply and Service); and (xx) Justice Acquisition Regulation (JAR) 2852.201-70, Contracting Officer?s Technical Representative (COTR). I. This service to manufacture and install stainless steel shower enclosures shall be performed in accordance with the following Statement of Work (SOW). A. SCOPE OF WORK 1. The contractor shall provide the labor and material to install 304 stainless shower enclosures including flooring, walls and ceilings. The material shall be constructed of 12 gauge thickness stainless steel substance. 2. The contractor shall be responsible for a complete turnkey operation of the project of shower enclosure installation. B. METROPOLITAN CORRECTIONAL CENTER RESPONSIBILITIES FOR DEMOLITION: 1. The Metropolitan Correctional Center will ensure that all hot and cold water supply valves are secured and tagged out in accordance with the institution lockout/tagout program. 2. All electrical power to existing lighting will be secured and isolated. All existing lighting fixtures shall be removed. (If temporary lighting is required, it shall be the contractor?s responsibility to supply the fixtures and materials to connect to the existing electrical power supply.) 3. The Metropolitan Correctional Center shall be responsible for the demolition of the existing shower walls and ceilings. The demolition shall include the removal of existing ceiling durock. The institution, in addition, shall remove all ceramic wall tile and wall backing to expose structural wall studs. 4. The Metropolitan Correctional Center shall be responsible for the removal of existing shower doors and door frames. 5. The Metropolitan Correctional Center shall be responsible for installing new lighting in showers upon completion of all other work by contractor. C. INSTALLATION SPECIFICATIONS: 1. The contractor shall be responsible to install the shower flooring constructed of 12 gauge stainless steel material with all seams to be continuously welded for water tight integrity. The new drains shall be attached to existing floor drains and sealed. The shower floor shall be molded to fit the slope and grade of the existing shower pan. 2. The wall shall be constructed with 12 gauge stainless steel material. All seams and joints shall be continuously welded to make a water tight seam. 3. The contractor shall be responsible for any wall reinforcement materials and labor to install additional supports. Any damaged wall supports shall be the contractor?s responsibility to replace. 4. The contractor shall provide all plumbing material and equipment to connect to existing water supply lines. 5. The contractor shall use single valve, anti-scald mixing valve device. 6. The contractor shall ensure all water supply piping is properly supported to prevent any stress on piping and valve joints. 7. The ceiling shall be created with the same 12 gauge stainless steel material with all seams continuously welded to maintain water and moisture proof integrity. 8. The contractor shall ensure a ventilation opening of 8" x 8" and mount a stainless steel louvered exhaust vent to connect to existing 4" flexible exhaust ducting. 9. The contractor shall be responsible for installing a new stainless steel door frame in shower enclosure (including hinges and lock) to accommodate existing shower door. 10. The showers shall be re-built as per existing showers with actual shower area and separate dry off area, with individual drains. D. OTHER CONSIDERATIONS: 1. All work shall be completed during normal working hours of 7:30am through 3:00pm, PST. 2. Contractor and contract workers will be escorted at all times. 3. Contractors shall conduct themselves in an appropriate manner at all times, will follow all rules and regulations of the facility and report any infractions to the COTR immediately. 4. An area for an on site staging of construction materials may be coordinated in conjunction with the COTR and the building Facility Manager. 5. The Metropolitan Correctional Center will NOT provide the contractor, nor its employees, any on site parking. 6. All equipment, materials and tools will be checked in the institution?s rear sally port gate during normal delivery hours which are 7:00am-2:00pm PST. 7. All tools will be inventoried on a daily basis to ensure accountability and safety condition of any tool. If any tool or equipment is deemed unsafe by the institution Safety Department, it shall be the contractor?s responsibility to immediately replace that tool/equipment. 8. It is the contractor?s responsibility to provide a locking gang box to store tools on site during off-duty hours. The gang box MUST have the capability to accommodate two (2) padlocks. 9. It is the contractor?s responsibility to provide three copies of Material Safety Data Sheets (MSDS?s) to the COTR, 15 days prior to the start of the project for any types of oils, greases, flux, solder welding/razing rods for review of the institution Safety Manager or his designee. 10. The contractor shall honor all manufacture?s recommendations for installation. 11. The contractor shall provide, in writing to the Contracting Officer, a written agreement against any defects of contractor provided services for a period of one (1) year from completion of the project. 12. Any deviations from this SOW must be approved in writing, in advance of implementation of changes, by the institution Contracting Officer. II. Offers are due June 17, 2004, close of business/4:00PST. III. Award will be made to the most responsible, responsive offeror providing the best value to the Government. IV. SECURITY REQUIREMENTS: Contractors and employees will be required to meet residency requirement criteria prior to performance of services. In addition to residency requirements, prospective contractors must agree to the following security investigative procedures: National Crime Information Center (NCIC) check; DOJ-99 (name check); FD-258 (fingerprint check); Law Enforcement Agency checks; Vouchering of Employers; Resume/Personal Qualifications; OPM-329-A (Authority for Release of Information); National Agency Check and Inquiries (NACI) check (if applicable); and urinalysis testing. If the proposed contract is with a company and the individual(s) assigned to perform the work test(s) positive for drug usage, the individual(s) shall be excluded from performing under the terms of the contract and the contractor shall provide acceptable replacement personnel who will be subject to the same security requirements. V. This service is a contractual arrangement and not a personnel appointment. Payment is based on an end product or the accomplishment of a specific result. The service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, contractor performance shall be monitored. VI. Contractor performance will be evaluated by the assigned COTR.
 
Place of Performance
Address: Metropolitan Correctional Center, 808 Union Street, San Diego, CA
Zip Code: 92101
Country: USA
 
Record
SN00598202-W 20040606/040606111149 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.