Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
MODIFICATION

Z -- Painting of Various Office Spaces

Notice Date
7/13/2005
 
Notice Type
Modification
 
Contracting Office
DOT/Maritime Administration, WR Acquisition 201 Mission Street, Suite 2200 San Francisco CA 94105
 
ZIP Code
94105
 
Solicitation Number
DTMA4Q05037
 
Response Due
7/19/2005
 
Archive Date
7/13/2006
 
Small Business Set-Aside
N/A
 
Description
RESPONSE DATE IS EXTENDED TO 3:30 pacific time on 7/19/05. SPECIFICATION HAS BEEN REPLACED IN ITS ENTIRETY. 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 This action is NOT set-aside for small business. Solicitation is issued under the Small Business Competitiveness Demonstation Program as an unrestricted action. Small Business size determination is $12M annually. The North American Industrial Classification System (NAICS) CODE is 238320, SIC 1721 AND FPSC 8010. For more information: http://www.sba.gov/size. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition and no there is no addendum to the provision. The offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and no there is no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Award will be made on best value to the government; terms and conditions, price, availability, location and past performance considered. This work is exempt from Service Contract Act of 1965 under FAR 22.1003-3 Statutory Exemptions. Offerors are to submit their terms and conditions, total work days to complete, optional start dates and pricing by email to the Debra Velmere at debbie.velmere@marad.dot.gov by 3:30 pacific time July 19, 2005. Include the solicitation number in the subject line of the email message. Contact information: (415) 744-4140, facsimile (415) 744-2586. Work is estimated to start the later part of July. Vendors are responsible for ensuring there quotes are received. Vendor must register with ccr.gov and ideas.nbc.gov to receive an award. Registration is not necessary for quoting STATEMENT OF WORK- PAINTNIG OF FLEET OPERATIONS GROUP OFFICE SPACES A. Scope of work: 1. This contract is to cover the painting of various interior office spaces for the Suisun Bay Reserve, APL office barge, located approximately 4 and a half miles north-east of Benicia, California at the Lake Herman Road Interchange to state highway 680. 2. Contractor shall assume that the existing base layers of paint on surfaces addressed within this specification contain lead based paints. Contractor shall take all required precautions when mechanically preparing existing surfaces for coating and disposal of any paint remnants. In addition, contractor shall assume that any non-metallic, wall board surfaces contain asbestos. Contractor shall take all required precautions when mechanically preparing existing surfaces for coating or in the repair of damaged surfaces. 3. The contractor is to provide all labor and materials needed to paint approximately eleven interior offices and passageway spaces. The approximate square footage for all areas requiring painting is 8,821 feet which include the walls and ceiling for all spaces listed below. The exteriors only of painted built in shelving/cabinets and/or furniture are to be included in the square footage. Decks and or floor are not to be included as areas of this contract that require painting. It is the intent of the agency to have the carpeting removed under a separate contract following the completion of this paint contract. Preserving the carpet's condition is not necessary; however contractor is to be mindful that this is a work area and to use common sense concerning spills and paint splatters. 4. All spaces must be painted after normal fleet working hours or on the weekends. 5. The contractor will provide all labor needed to move office furniture, equipment, to gain access to surface areas require painting. When feasible furniture may be moved to the center of the room and covered to allow painting access. Wall hangings and computer equipment will be removed by the government. Furniture tops will be cleared by the government. 6. All office equipment, lighting panels, windows, air conditioning units etc, are to be protected from any possible paints, primers, cleaning solvents, etc used to paint the various spaces. 7. The contractor will be required to repair damaged surface areas prior to painting. 8. The selection of the color of the interior paint to be used in this contract will be decided the Fleet Programs Manager. The interior paint will be of a quality that will prevent the exposure of the under coat. Let it be known that present condition is not uniform in type of paint or color. Two colors will be required. The darker of the two to be used for doors and trim work. It is believed most areas have not been painted in over 20 years. Good quality commercial grade flat or eggshell washable interior water based paint is required in all areas. 9. The contractor will provide all necessary labor to relocate all office furniture, equipment, back to its original location each day after the painting is complete. 10. The contractor will provide an onsite supervisor at all times that painting is in progress. 11. The contractor will be required to remove all generated trash and used materials from the Suisun Bay Reserve Site at the completion of each workday. The disposal of all paints, primers, solvents, etc., used to prepare and paint the identified spaces will be disposed by the contractor in accordance with all known federal and state regulations. 12. The contractor will comply with the Suisun Bay Reserve Fleet safety rules. A copy of these rules will be provided to the contractor upon request to the Contracting Officer at Debbie.velmere@marad.dot.gov or phone (415) 744-4140. 13. The Suisun Bay Reserve Fleet Point of Contact for this contract is Mr. Earl Johnson, Supervisory Quality Assurance Specialist, Suisun Bay Reserve Fleet. Mr. Johnson can be contacted at 707/745-6214. B. Fleet Working Hours: 1. The normal fleet working hours, are 7:00 AM-3: 30 PM, Monday through Friday excluding weekends and holidays. C. Spaces Requiring Painting: 1. Fleet Program Manager's office. {932 SQ FT} 2. Administrative Coordinator's office. {436 SQ FT} 3. Electrical Supervisor's office. {440 SQ FT} 4. Safety Officer's office. {484 SQ FT} 5. Chartroom and joining passageway. {1,524 SQ FT} 6. Ceiling in staff change area. {300 SQ FT} 7. Main administrative area. {3,072 SQ FT} 8. Administrative supply/copy room. {624 SQ FT} 9. Conference room. {496 SQ FT} 10. Ladies restroom.{408 SQ FT} 11. Window frames in the staff kitchen area. {105 SQ FT}
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MR693800&objId=226964)
 
Place of Performance
Address: Suisun Bay Reserve Fleet 2595 Lake Herman Road Benicia CA Solano County
Zip Code: 94510
Country: USA
 
Record
SN00846133-W 20050715/050713211936 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.