Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOLICITATION NOTICE

Z -- Carpet Removal and Installation Service

Notice Date
7/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, GA, 30341
 
ZIP Code
30341
 
Solicitation Number
TIRSE-06-Q-00033
 
Response Due
7/27/2006
 
Archive Date
8/11/2006
 
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-00033, and is being issued as a Request for Quotation (RFQ). 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 05-11 This acquisition is set-aside for small businesses for which the North American Industry Classification System (NAICS) Code is 238330, and the Small Business Size Standard is 13 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 carpet removal and replacement/installation of industrial heavy-duty carpet as described in the statement of work below. The proposed contract will be awarded with a target start date of August 1, 2006 and a completion target date of August 31, 2006. 2. IRS Office Locations The Contractor shall perform all services required under this contract at the office located at the following address: Internal Revenue Service Enterprise Computing Center (ECC) Martinsburg (MTB) 250 Murall Drive Kearneysville, WV 25430 3. Building Access a. Normal duty hours of the ECC-MTB are from 8:00 a.m. to 4:30 p.m. eastern time, Monday through Friday excluding Federal holidays. These facilities will be available to the contractor during the hours of 7:00 a.m. to 6:00 p.m. eastern time, Monday through Friday, excluding holidays. All work will be performed during normal work hours. 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. Supervision The Contractor shall provide for satisfactory on-site supervision of all contract work. The contactor shall provide the name, telephone number and qualification of the supervisor or project manager as part of the proposal. The IRS COTR must be able to contact the Contractor or Supervisor at any time to provide notices, reports or requests from the Contracting Officer or the COTR. The designated supervisor and/or project manager shall be able to speak, read and write the English language, apply written rules and follow written instructions. Both new and replacement supervisors/project managers shall meet these requirements. b. 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. 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. c. 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. d. 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. e. 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. f. 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. The contractor?s employees (truck drivers, supervisors, laborers, etc.) will be escorted by a designated IRS employee at all times upon entering and exiting the building. g. Liability for Injury or Damage The Contractor shall be held responsible for any damage to government property from performance or nonperformance of this contract, and shall make every effort to protect all property entrusted to the care and handling of the Contractor. h. Licenses and Permits The Contractor shall obtain, at his/her own expense, and maintain all necessary and applicable licenses, bonding and permits, required for performing the work. The Contractor shall conform to all laws, regulations and ordinances applicable to the performance and execution of the contract. 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 providing all transportation, labor, supervision, equipment, supplies and material (other than Government provided material) for services outlined in the Statement of Work (SOW). a. Remove approximately 4,000 sq ft of existing carpet tile from the Command Center, located at the IRS, Enterprise Computing Center (ECC), 250 Murall Drive, Kearneysville, WV 25430. Carpet is 18?X18? squares. b. Pull existing laminate tile floor and clean adhesives from HPL laminate surface. c. Cleaning will take place on or near loading dock to avoid a massive amount of fumes from the cleaning solution escaping through the building ventilation system. d. Perform sub floor cleaning and structural maintenance to insure leveling of floor in the preparation for the install of Government provided new 24X24 carpet tiles over the HPL laminate to include, but not limited to adjustment of rocking panels not seated correctly, wipe down stringers, secure any loose pedestals, inspection of each accessible floor component for structural integrity, intense HEPA filter vacuuming of the under floor and grid system (exhaust air is to be .03 microns or less), replace panels ensuring level of floor system. e. These tiles must be adhered with a conductive carpet tile glue to insure properly securing the carpet to laminate. f. Install above 24X24 carpet tile (Government provided material), cutting around furniture existing in the Command Center space, to provide a complete covering of the Command Center floor. g. Remove all scrap tiles from work area and remove all garbage, such as cardboard, paper and pallets. The Government will provide the following material for this project: - Computer Tile Carpet Squares 26 oz. or higher (24X24) 555 square yards Conductive industrial grade static dissipative carpet tiles - Conductive Carpet Tile Adhesive (12 Gallons) - Aluminum Floor Grill (6?X18?) including dampers 7. 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. 8. 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. 9. Other Considerations The Contractor will be provided Government space for equipment and material for this project in the same area. Room will be locked and secured until contractor returns to continue work the following day. 10. 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. 11. 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. 12. Wage Determination Department of Labor Davis Bacon Act General Decision Number WV030011 06/23/2006 WV11. 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 of Labor. NOTE: IRS supports a smoke free work environment. CONTRACTOR EMPLOYEES ARE FORBIDDEN TO SMOKE ON IRS PROPERTY WHILE PERFORMING THE SERVICES UNDER THIS CONTRACT. 13. 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, July 27, 2006. Responses can be faxed to (404) 338-9231. 1) Supplies or Services and Prices/Cost (Page 8) 2) Number 15 ? Additional Information (Page 9) 14. 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.t.), Tuesday, July 25, 2006. SUPPLIES OR SERVICES AND PRICES/COSTS PERIOD OF PERFORMANCE August 1, 2006 through August 31, 2006 Line Item 0001. Supplies and Materials 1 Lot $_________________ (other than Government provided material listed under Number 6 of the RFQ) 0002. Equipment 1 Lot $___________________ 0003. Labor Cost 1 Job $________________ Estimated Number of Days Required to Complete Job: ___________________________________ COMMENTS: ________________________________________________________________________ Authorized Contractor Representative Name Title ________________________________________________________________________ Signature Date 15. 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 Company Name: ______________________________________________________ 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 Submission of Quotes, paragraph 3, 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. 52.219-14, 52.222-7, 52.222-8, 52,222-9, 52.222-10, 52,222-11, 52.222-12, 52.222-13, 52.222-14, 52.222-15, 52.222-27, 52.228-13, 52.232-27, 52.236-2, 52.236-3, 52.236-8, 52.236-9, 52.236-10,52.236-11, 52.236-12, 52.236-13, 52.243-5, 52.249-11, 52.249-10 I, 52.243-1 II. ANTICIPATED AWARD DATE. The anticipated award date is NLT July 31, 2006
 
Place of Performance
Address: INTERNAL REVENUE SERVICE, Enterprise Computing Center (ECC), (Martinsburg-MTB), 250 Murall Drive, Kearneysville, WV
Zip Code: 25430
Country: UNITED STATES
 
Record
SN01094349-W 20060722/060720221741 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.