Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

Z -- Exterior Painting and Stucco renovations

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
 
ZIP Code
75202
 
Solicitation Number
HHSI161200600051C
 
Response Due
6/10/2006
 
Archive Date
6/25/2006
 
Description
To make renovations to the exterior of the building by repairing & patching the exterior stucco surfaces to protect the building system from water intrusion & undue deterioration as well as to refresh the color coat finish and to re-paint all architectural metal surfaces, trim, & site non-galvanized/non-aluminum surfaces and to re-finish all surfaces of all entry doors. The Contractor shall provide all labor, tools, equipment, materials, supervision, etc. to perform the work for the exterior painting and stucco renovations. The work shall include but not be limited to the following: 1. Clean all stucco surfaces as follows ? a. Pre-wet the entire surface, saturating it with clean water. Water should be applied starting at the bottom and continuing to the top. b. Power wash, low pressure, surfaces with a 15 to 45-degree fan spray tip. Start at top and wash down to bottom. c. Flush off any remaining dirt with a follow-up application of water from top to bottom. d. Any stains that remain after taking the above steps shall be cleaned with a cleaner equal to El Rey ?Stucco Cleaner?. 2. Apply an elastomeric caulk in a color to match the existing finish coat at cracks that exceed 1/16? but less than 1/4? at all horizontal and vertical surfaces. 3. Patch cracks larger than 1/4? and any holes with a reinforcing mesh equal to El Rey ?Krakmesh? and a fiber reinforced portland cement equal to El Rey ?Fastwall Concentrate? and then apply a stucco finish coat equal to El Rey ?Premium Stucco Finish? to match existing stucco finish at all horizontal and vertical surfaces. 4. Any required repairs to base coat shall be made with a fiber reinforced portland cement equal to El Rey ?Fastwall Concentrate?. 5. Remove all loose and delaminating stucco color coat and apply a new stucco finish coat equal to El Rey ?Premium Stucco Finish? to match existing color. Special attention shall be placed on the roof parapets and the bench seat at the front entry. 6. After all repairs and patches have been made apply a cementitious coating equal to El Rey ?Fog Kote? in one color as selected by Contracting Officer?s Technical Representative (COTR) from two (2) 24 inch by 24 inch sample panels using the two closest colors from El Rey?s ?Premium Stucco Finish?. Protect all non-stucco surfaces by masking off with tape and plastic prior to applying fog coat. Any non-stucco surfaces that are stained, discolored, etc. by the application of the fog coat shall be cleaned and returned to previous condition. OPTION # 1 ? After fog coat has properly cured apply a sealer to all stucco surfaces equal to El Rey ?Crown Seal/Stucco Protector?. 7. Prepare all surfaces to be painted by power washing with water, scraping, and sanding to remove any loose & peeling paint as well as any corrosion. 8. Remove existing caulking and re-caulk with appropriate sized backer rod and an acrylic elastomeric sealant equal to GE ?Lighthouse TT-00230C? at all joints between stucco and the portal & window shade structures. At joints around windows and doors re-caulk as necessary to insure a weather tight seal with sealant equal to above. 9. Re-paint all architectural metal surfaces, hollow-metal window & door frames, metal entry doors, railings, bollards, site metal with exception of non-ferrous metals, and other items as determined during the required pre-bid site conference. All pre-finished metal surfaces may be excluded. All work shall be in accord with the attached specification section ?09900 ? Painting, General? and this Scope Of Work (SOW). All painted surfaces shall receive a minimum of two (2) coats. Any ferrous metal exposed during cleaning, sanding, preparation, etc. shall be primed with appropriate primer and finished with a minimum of two (2) coats. All finish colors of surfaces to be re-painted shall match the existing. Additional quantities of each paint and color shall be provided to the COTR upon completion of the project as follows: Five (5) one-gallon cans of the paint used on the portal/window shades, two (2) one-gallon cans used on hollow-metal and railings, one (1) one-gallon can used on bollards and other as may be determined. To insure color uniformity the additional paint shall be from the same batch as applied by contractor. 10. Re-finish both sides and all edges of exterior wood entry doors by scraping, sanding and applying a minimum of two (2) coats of clear shellac. All trash and debris from the contractor?s work shall be cleaned up on a daily basis and disposed of off site in full accord with Federal, State and Local Regulations. The facilities dumpster/trash container shall not be used by the contractor for disposal of their trash and debris.An elevation drawing of the Taos-Picuris Health Center building and the Site plan with applicable details is available by contacting Paul Clinton at 505-248-4599. One set shall be made available to every prospective Contractor upon request. Section 09900, Painting, general, painting includes shellacs, stains, varnishes, coatings specified, and striping or markers and identity markings. More detail in solicitation.The period of performance will be 60 calendar days. Price range is between $25, 000.00 and $100,000.00. BID BOND, ARE REQUIRED.NAICS CODE is 236220 Commercial and Institutional Building Construction.SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, as unrestricted full and open competition. METHOD OF SELECTION:Competitive formal Best Value Source Selection process in accordance with Part 15 of the Federal Acquisition Regulation (FAR) will be used to ensure selection of the source evidencing the best overall capability to perform the work in a manner most advantageous to the Government. The qualifications submitted by each firm will be reviewed and evaluated by a selection board to identify the most highly qualified firms. The top ranked firms may be interviewed at the discretion of the Government. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. The Technical Evaluation Factors in descending order of importance are: (1) PAST PERFORMANCE: CONSTRUCTION EXPERIENCE ON SIMILAR PROJECTS OF SIMILAR SIZE AND SCOPE. Elaborate on projects that have been completed in the last 3 years. Provide reference that may be contacted. Contractors are also required to submit a copy of the Contractors EMR (Experience Modifier Rate) for the last 3 years FROM HIS INSURANCE CARRIER. (The EMR is a reflection of their safety performance as compared to the average contractor in their specific specialty and is calculated over a three year period. An EMR of 1.00 is average. This rating is used to determine the worker?s compensation insurance premium)(This will also be a requirement for all sub-contractors when identified). ?(2) PROFESSIONAL QUALIFICATIONS OF FIRM, MANAGEMENT PLAN, AND KEY PERSONNEL.(3) QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE: Describe specific safety and quality control initiatives and plans for this project. Provide information on your firms QA/QC procedures to ensure plans and specifications are complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design.PRICE EVALUATION FACTOR: Price will be evaluated in accordance with FAR 15.404-1(b), price analysis . The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all Offerors; to award the contract to other than the lowest total price; and to award to the offer submitting the proposal determined by the Government to be the most advantageous to the Government. Award will be based on 50% Qualifications, past performance and 50% Price. Offerors are to submit pricing as outlined in Section B of the solicitation documents. Discussions may or may not be held; therefore, Offerors should present their best and final pricing at the time of submission.Solicitation documents will be furnished in electronic PDF format only. Paper copies are not available.A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR MAY 16, 2006 AT 1:30 PM LOCATION: Taos-Picuris Health Center ? Taos, NM THIS IS THE ONLY AUTHORIZED SITE VISIT AND THE SITE WILL NOT BE AVAILABLE AT OTHER TIMES. Firms requesting solicitation document must do so via E-Mail to John.Peacock@ihs.gov. Questions concerning this solicitation should be sent via E-Mail only.Proposals are due by 2:00 pm, Central Time on June 10, 2006. . Original signed proposals must be delivered to Mr. William Obershaw, Chief of Contracting Office, Indian Health Service, Division of Engineering Services, 1301Young Street, Suite 1071, Dallas, Texas 75202-5433. Electronic transmission of proposal documents (i.e., E-Mail, facsimile) will NOT be accepted. Telephone calls concerning this solicitation will not be accepted and will not be returned.
 
Place of Performance
Address: Taos-Picuris Health Center, Taos Pueblo, New Mexico
 
Record
SN01045275-W 20060512/060510220417 (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.