Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
SOLICITATION NOTICE

J -- Repair Shop Services

Notice Date
3/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Southeast Area (OS:A:P:F:SE), 2888 Woodcock Boulevard, Suite 300, (Stop 80N), Chamblee, GA, 30341
 
ZIP Code
30341
 
Solicitation Number
TIRSE-06-Q-00021
 
Response Due
4/11/2006
 
Archive Date
4/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is TIRSE-06-Q-00021, and is being issued as a Request for Quotation. The IRS will be entering into an unrestricted Commercial Item (CI) procurement using Simplified Acquisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. This requirement is set-aside for small businesses for which the North American Industry Classification System (NAICS) Code is 561210, and the Small Business Size Standard is 32.5 million. This will be an all or none award based on the lowest price quoted from a responsive, responsible quoter. Quotes will be considered only from quoters who are regularly established in the business relevant to the scope of work to be performed. Contractors must be registered in Central Contractor Registration (CCR) (refer to: Information to Be Returned to Contracting Officer, Number 15) to be considered for award of this contract. A. DESCRIPTION/SPECIFICATION/STATEMENT OF WORK 1. Background The Internal Revenue Service (IRS) is in need of repair shop services as described below for multiple locations in the Covington, KY area. The proposed contract will be awarded for a Base Period from June 1, 2006 through September 30, 2006 (4 months), and one (1) Option Year, October 1, 2006 through September 30, 2007. Payment under this contract will be based on actual labor hours worked by Contractor employee. 2. IRS Office Locations The Contractor shall perform all services required under this contract at the six (6) IRS facilities in Covington, KY. and Florence, KY area indicated below. The Contractor is responsible for providing transportation and associated expenses to the locations listed below. The IRS locations listed below are all within a twenty (20)mile radius. IRS Main Building: 201 W. River Center Blvd., Covington, KY 41011 IRS Gateway Center Building: 333 Scott St., Covington, KY 41011 IRS Gateway Center West Building: 300 Madison Ave., Covington, KY 41011 IRS Industrial Road Retention Center: 7125 Industrial Rd. Florence, KY 41042 IRS Annex Building: 7940 Kentucky Dr., Florence, KY 41042 IRS Childcare Center Building; 200 West Fourth St., Covington, KY 41011 3. Building Access a. Normal duty hours of the Covington Internal Revenue Service Center (CIRSC) are from 6:00 a.m. to 6:00 p.m. eastern time, Monday through Friday excluding Federal holidays. These facilities will be available to the contractor during the hours of 9:00 a.m. to 3:30 p.m. eastern time, Monday through Friday, excluding holidays. The Government has the right to increase or decrease the hours of work upon 48 hours of notification to the contractor according to repair requirements. b. Federal Holidays The contractor will not work on Federal holidays, or any other day designated by Federal Statute, Executive Order, or Presidential Proclamation. The Government is not responsible for Holiday pay for the Contractor. The Federal Holidays observed by Federal employees are listed below: New Year's Day Martin Luther King, Jr.'s Birthday (observed) President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Any other day designated by Federal Statute, Executive Order, or Presidential Proclamation. 4. General a. Identification of Contractor Employees The contractor shall provide to the IRS contact a list of names, and dates of birth of personnel who will be on-site performing work under this contract. This list shall be provided with the Schedule of Work (refer to paragraph 7 below). No employee or representative of the Contractor will be admitted to the site of work unless satisfactory proof of citizenship is furnished, or, if an alien, legal residency within the United States is confirmed. b. Photo-Identification The Contractor shall ensure its employees have two photo ID available at all times while on-site. During the period of this contract, access to IRS facilities for Contractor representatives shall be granted as deemed necessary by the IRS. All Contractor employees whose duties under this contract require their presence at any IRS facility shall be clearly identifiable by a distinctive badge furnished by the IRS. In addition, contractor's corporate identification badges will be worn on the outer garment at all times. Obtaining the corporate identification is the sole responsibility of the Contractor. Upon termination of the employment of any Contractor personnel working on this contract, all IRS-furnished identification shall be returned to the issuing office. All on-site Contractor personnel shall abide by security regulations applicable to that site. c. Qualification of Employees The Contractor may be required by the COTR to dismiss employees that are deemed incompetent, careless, unsuitable or otherwise objectionable, display signs of sexual harassment, or whose continued employment is deemed contrary to the public interest or inconsistent with the best interest of national security. Each employee of the Contractor assigned to work on the contract shall be a citizen of the United States of America or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form I-1151, or, who presents other evidence from the immigration and Naturalization Services that employment will not affect his/her immigration status. d. Replacement/Substitute Employee The Contractor shall continuously maintain a staff with suitable professional expertise to assure work is scheduled, performed and completed in accordance with contract specifications. The Contractor is responsible for providing replacement personnel which possess the same level of qualifications and ability in the absence of the original contract employee. The COTR shall be notified at least 48 hours in advance of substitutes and must approve any replacement of original contract employee. e. Background Investigations The contractor?s employees will be required to complete all appropriate IRS provided paperwork, forms, and/or fingerprinting necessary to process a National Background Investigation Check (NBIC). Integrity letters for all employees/laborers may also be required from the successful contractor on company letter head (template will be provided by IRS). Any employee whose investigation is unsatisfactory will not be permitted to work on the sites indicated under this statement of work. Background Investigation packages will be provided to the successful contractor by the Contracting Officer?s Technical Representative (COTR) after award of the order. 5. Record of Arrival/Departure Each contract employee must sign in when reporting for duty and sign out when leaving at the end of the work day at the Guard Station. The COTR for this contract will review these sheets as needed. 6. Work Statement The Contractor will be responsible for service and repair to Government owned equipment and property, to include but not limited to, the following items. These items are from a variety of manufacturers and have an unlimited age range. All tools used to provide these services are maintained in house and considered Government property. a. Repair Staplers (approximately 4,000 per year). Staplers may require any number of types of repairs from soldering wires to staple removal when equipment is jammed. Duties also include preparation of defective items or equipment to be shipped to manufacturer when necessary. Actual shipping cost will be at Government expense. b. Repair Typewriters (approximately 70 per year) c. Repair Desk Calculators (approximately 160 per year) d. Repair Date Stamps (approximately 80 per year). These are various brands of both hand held and electric time/date stamps. e. Repair Furniture (approximately 700 items per year) including desks, chairs and cabinets of various sizes and type. f. Repair Carts (approximately 200 per year). Cart repair includes, but is not limited to wheel replacement, shelf repair and welding where necessary. g. Lighting Repair/Replacement (approximately 100 per year). Work includes replacement of light bulbs, starters and ballasts for standard furniture and systems furniture. Does not include light fixtures that are part of the building structures. h. Hang Pictures/Bulletin Boards (approximately 153 per year). i. Cut Floor Tiles (approximately 40 per year). Cut various size openings in cement filled, 2?x 2?, floor tiles. j. Replace/Repair Keys and Locks (approximately 950 per year). Includes making new furniture/cabinet keys from existing samples, storage of key inventory and replacement of lock and key sets as needed. Does not include building or door keys. Offerors are hereby advised that all quantities listed within the solicitation are estimates only and are being provided for information purposes only. The Government does not to ordering services based upon the Estimated Quantities or Amounts listed in the Price Schedule attached. 7. Schedule Of Work The contractor shall prepare and submit a Quality Control Plan 7 working days after this order is put in place, and prior to commencement of work. Any QCP must be reviewed and approved by the IRS COTR. 8. Coordination The contractor shall interact with IRS personnel while at the facility, as necessary, any occurrence that will potentially interrupt or cause a work stoppage of said provider will be coordinated with the IRS COTR. 9. Interference With Business The work shall be carried on in such a manner that there will be no interference with the proper execution of Government business. All persons employed in contract work shall, while on the premises, comply with all building regulations. The COTR may require dismissal of contractor employees from work under this contract, whom he/she deems incompetent, careless, unsuitable or otherwise objectionable , or whose continued employment he/she deems contrary to the public interest or inconsistent with the best interest of national security. 10. Other Considerations a. Contractor employees will be granted full access to the building after Background investigation is completed. b. The Contractor will be provided Government space (i.e., work bench and telephone) within the equipment repair and storage area. Telephone use is restricted to Government business only. Work areas must be kept in a neat and orderly fashion. c. Contractor must keep all IRS Government owned tools and equipment stored and maintain in working order. Report any broken or missing tools to COTR immediately. Contractor will not be allowed to enter IRS facilities with personal tools unless COTR is notified 24 hours in advance. 11. Insurance - Work On Government Installation a. The Contractor shall furnish the IRS a CERTIFICATE OF INSURANCE, with submission of its Schedule of Work, as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified below in accordance with FAR clause 52.228-5, Insurance - Work on a Government Installation. b. The Contractor shall procure and maintain, during the entire period of performance under this contact, the following minimum insurance coverage: (1) Comprehensive General Liability: $500,000 per occurrence (2)Automobile Liability $200,000 per person $500,000 per occurrence $ 20,000 per occurrence for Property damage (3) Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes. (4) Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers. (5) Other as required by State Law. c. The Certificate of Insurance shall provide for at least thirty days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned INSURANCE clause. 12. Bond Information Contractor must be bonded and provide proof of bond and insurance prior to award of the order. Contractor must be in possession of all applicable certifications to perform the services required in this statement of work. 13. Site Visit The government shall provide the successful contractor access to the sites for purpose of evaluating environment, operational procedures and safety requirements prior to start date. The contractor will be provided a contact name and telephone number to arrange for a site visit. 14. Wage Determination Department of Labor Wage Determination Number 1994-2414, Revision 19, dated 05/23/2005 is incorporated into the order. You may obtain this wage determination from Department of Labor at www.wdol.gov/. Contractors shall pay its employees no less than the prevailing wage rates as determined by the Secretary NOTE: IRS supports a smoke free work environment. CONTRACTOR EMPLOYEES ARE FORBIDDEN TO SMOKE ON IRS PROPERTY WHILE PERFORMING THE SERVICES UNDER THIS CONTRACT. 15. INFORMATION TO BE RETURNED TO CONTRACTING OFFICER To submit a valid quote to be considered for award of this order, please submit the following completed information no later than close of business Thursday, April 11, 2006. Responses can be faxed to (404) 338-9231. 1) Supplies or Services and Prices/Cost (Page 8) 2) Number 17 ? Additional Information (Page 9) 3) Representations and Certifications. Quoters must either a) complete the Representations and Certifications (Reps and Certs) electronically via the Online Representations and Certifications Application (ORCA) at www.ccr.gov, or b) submit a completed copy of the Reps and Certs under FAR provision 52.212-3, Offeror Representations and Certifications. Full text of the provision may be accessed at www.arnet.gov/far/. FAR 52.212-3 Offeror Representations and Certification--Commercial (access website: www.arnet.gov/far/) 16 INFORMATION CONCERNING RFQ All questions concerning this request for quotation should be directed to Laverne M. Farrington, Contracting Officer, in writing via fax number 404-338-9231 or e-mail address laverne.farrington@irs.gov. Deadline for submission of questions is 12:00 noon (e.s.t.), Tuesday, April 4, 2006. SUPPLIES OR SERVICES AND PRICES/COSTS PERIOD OF PERFORMANCE June 1, 2006 through 09/30/2006 Line 0001 Base Period $_________ per hr. X 500 hrs. (est) = $_____________ Repair Service Monday through Friday (excluding Federal Holidays) Quote price per labor hour PERIOD OF PERFORMANCE October 1, 2006 through September 30, 2007 Option I ? Line 1001 * Repair Service $__________ per hr. X 1500 hrs. (est) = $ ________________ Monday through Friday (excluding Federal Holidays) Quote price per labor hour (service same as Line Item 0001) *Notification of Options. This order incorporates an option(s) as addressed in the Schedule and Purchase Order terms and conditions. "Option" means a unilateral right in a purchase order by which, for a specified time, the Government may elect to purchase additional services called for in the purchase order, or may elect not to extend the term of the purchase order. The exercise of Option is a Government prerogative, not a contractual right on the part of the contractor. Contractor performance under this purchase order constitutes acceptance of the purchase order, and all terms and conditions, including all options. COMMENTS: ________________________________________________________________________ Authorized Contractor Representative Name Title ________________________________________________________________________ Signature Date 17. Additional Information Open Market? YES____ NO____ GSA Contract Number/Other Contract (if applicable):______________________ Expiration Date: _____________________________ Business size as listed on GSA Schedule (if different from listed below): ___________________________ Shipping Charges (indicate amount if applicable, otherwise put "N/A"): _______________________ Payment Terms: Net/10____Net/20____Net/30____ *Is your company a corporation? Yes____ No____ *Is your company a partnership, sole proprietorship, individual estate, trust or joint venture? Yes____ No____ .If yes, which one of the above? _____________ Business Size: ________Large ________Small Please check all that apply: ____ Small Disadvantaged ____ 8(a) ____ Small Woman-Owned ____ Small Veteran-Owned ____ Small Service-Disabled Veteran Owned ____ HUBZone Small Vendor's Mailing Address Vendor's Remit Address: _____________________ _____________________ _____________________ _____________________ _____________________ _____________________ Phone: _________________ Fax: ____________________ Representative's E-Mail Address: ____________________________ Registered in the Central Contractor's Registration (CCR) database? Yes____ No____ Note: The Government can only do business with a company who has registered in CCR. If you are not registered, please go to the following website for registration: www.ccr.gov. You must have a DUNS number in order to register on the database. DUNS Number: ______________ Federal Tax Identification No.: ______________ Name & Title of Quoter: ___________________________ ___________________________ ___________________________ _______________ Signature of Quoter Date PROVISIONS/CLAUSES The provisions at 52.212-1, Instructions to Offerors -- Commercial, 52.212-3, Offeror Representations and Certifications -- Commercial Items, apply to this acquisition. Quoters are advised to include, as specified above in Paragraph J (2), a completed copy of the provision at 52.212-3 with its offer. The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, apply to this acquisition. The following are addenda to FAR 52.212-4, and are applicable to the acquisition: 52.204-7, Central Contractor Registration; 52.228-5, Insurance - Work on a Government Installation; IR1052-01-001, Electronic funds Transfer (EFT) Payments; IR1052-01-002, PAID SYSTEM. The following additional FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-Aside; 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires). 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act. ANTICIPATED AWARD DATE. The anticipated award date is NLT April 18, 2006
 
Place of Performance
Address: Multiple Internal Revenue Service offices located in the Covington and Florence Kentucky area.
 
Record
SN01015617-W 20060329/060327212442 (fbodaily.com)
 
Source
FedBizOpps 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.