Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
MODIFICATION

Z -- Refinish existing epoxy flooring

Notice Date
7/12/2004
 
Notice Type
Modification
 
NAICS
238330 — Flooring 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
DJB61005-0006-4
 
Response Due
7/19/2004
 
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
 
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 #DJB61005-0006-4 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #24. (iv) Contractor must be registsered 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. (v) Payment will be by Electronic Funds Transfer on a Net 30 Days ARO procedure unless otherwise annotated. (vi) A single award will be made on a fixed price basis to the offeror that provides the best value to the government, which will be determined by considering the evaluation factors stated in this solicitation. Award will be made under simplified acquisition procedures. (vii) The Federal Acquisition Regulation (FAR) provisions at 52.212-1, Instructions to Offers-Commercial Items, apply to this acquisition. (viii) 52.212-2, Evaluation - Commercial Items (The evaluation criteria affecting award of this quotation are price and past performance.) (ix) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, with quotation. This provision is available to the offeror online at http://www.arnet.gov/far. THE FOLLOWING FAR CLAUSES APPLY TO THIS ACQUISITION: (x) 52.212-4, Contract Terms and Conditions - Commerical Items; (xi) 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items; (xii) 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; (xiii) 52.233-2, Service of Protest; (xiv) 52.237-1, Site Visit; (xv) 52.249-4, Termination for Convenience of the Government (Services) (Short Form); (xvi) 52.249-8, Default (Fixed-Price Supply and Service; and (xvii) Justice Acquisition Regulation (JAR) 2852.201-70, Contracting Officers Technical Representative (COTR). (xviii) This service to resurface flooring shall be performed in accordance with the following Statement of Work (SOW). (xix) A. Statement of Work The contractor shall provide the labor and materials to resurface approximately 3700 square feet of existing epoxy flooring in the Food Service and rear Sally Port area, at the Metropolitan Correctional Center, 808 Union St., San Diego, CA. 92101. (*Please see footnote 1 at the end of this Scope of Work.) B. INSTALLATION SPECIFICATIONS 1. The contractor shall provide the labor to prepare the existing flooring in Food Service to install new epoxy flooring. The contractor shall ensure all areas that are currently deteriorated and broken are level and any concrete or metal surface be prepared for new flooring. 2. The new epoxy flooring shall be one continuous light gray color with black and white speckles and safety yellow striping in designated areas. 3. The contractor shall install new flooring with currently installed dish machine in place. 4. The contractor shall be responsible to block off any floor drains to prevent debris from entering drain system. 5. The contractor shall be responsible to supply any additional floor fans to provide air flow for drying and curing purposes. C. METROPOLITAN CORRECTIONAL CENTERS RESPONSIBILITIES 1. The Metropolitan Correctional Center shall remove existing power wash sinks from dish room area . 2. The Metropolitan Correctional Center will reinstall the power wash sinks at completion of project. D. OTHER CONSIDERATION’S 1. To facilitate normal operations of the institution, all work shall be conducted after regular business hours (8:00pm - 6:00am), Monday- Friday, (excluding Federal holidays), unless approved by the COTR (Contracting Officers Technical Representative) in advance. 2. The contractor will submit names, drivers license number and social security number for all employees, sub-contractors or principle contractors who are expected to enter the institution to perform work. This must be done a minimum of fourteen calendar days prior to the start of any work. It is estimated that work performance will consist of approximately 3-5 days. 3. The contractor shall provide three copies of the MSDS on all solders, fluxes, brazing rods, pipe sealant compound, greases and oils that will be required for the job to the Institution Safety Manager for approval. If the material is deemed unacceptable it shall be contractor responsibility to seek and replace with a compatible product. 4. The Metropolitan Correctional Center will NOT provide any contractor or employee on site parking. 5. The contractor shall honor all manufacture recommendations for installation. 6. The contractor shall provide in writing a written agreement against any installation defects for a period of (1) year from completion of project. 7. Any deviations from these specification’s must be approved in writing by the Contracting Officer, Facility Manager and Contractor. *Footnote 1* A SITE VISIT IS STRONGLY RECOMMENDED, BUT NOT MANDATED THIS IS DUE TO THE FACT THAT IT IS THE QUOTERS RESPONSIBILITY TO ENSURE EXACT SQUARE FOOTAGE OF FLOOR TO BE INSTALLED. (xx) Any deviations from this SOW must be approved in writing, in advance of implementation of changes, by the institution Contracting Officer. (xxi) Quotations are due July 12, 2004, close of business/4:00PST. (xxii) SECURITY REQUIREMENTS: Contractors and employees will be required to meet residency requirements 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. (xxiii) 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. This service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, contract performance will be monitored and evaluated. (xxiv) Contractor performance will be evaluated by the assigned COTR. (xxv) TECHNICAL/SPECIFICATION QUESTIONS should be directed to Randy Rusch at 619-232-4311, x1451 or Robert Gankiewicz, x1529. Appointments for site visits must also be arranged either through Mr. Rusch or Mr. Gankiewicz. QUOTATIONS can be mailed to: Federal Bureau of Prisons, Metropolitan Correctional Center, 808 Union Street, San Diego, California, 92101, Attn: Lynda D. Reyes. Quotations can also be hand delivered to the same address. Quotations can be accepted via facsimile at 619-231-4913 or via electronic transmission to lreyes@bop.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/61005/DJB61005-0006-4/listing.html)
 
Place of Performance
Address: Federal Bureau of Prisons, Metropolitan Correctional Center, 808 Union Street, San Diego, California
Zip Code: 92101
Country: USA
 
Record
SN00637245-F 20040806/040804214535 (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.