Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
MODIFICATION

99 -- Renovation of the Copyright Office

Notice Date
2/15/2007
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325, Washington, DC, 20540-9411, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
LC06-COP20070047
 
Response Due
2/20/2007
 
Archive Date
3/7/2007
 
Point of Contact
Arneen Dozier, Contracting Officer, Phone 202-707-0406, Fax 202-707-8611, - Jackie Johnson Jr., Contracting Officer, Phone 202-707-3532, Fax 202-707-8611,
 
E-Mail Address
adoz@loc.gov, jjohn@loc.gov
 
Description
C.1. BACKGROUND A. The U.S. Copyright Office, part of the Library of Congress (LOC), is in the process of renovating its space in the James Madison Memorial Building (JMMB) as part of the Business Process Reengineering (BPR) project, which will improve the Copyright process to meet customer changing demands and technology advancements. The JMMB is located at 101 Independence Avenue, SE, Washington, DC, 20540. The Copyright Office occupies multiple portions of the JMMB for a total of approximately 144,000 square feet. These spaces are located in the Basement and on the 4th and 5th floors. C.2. SCOPE OF WORK A. General. The intent of this solicitation is to obtain the services of a Contractor to support the LOC/Facility Design & Construction (FD&C) office in the efforts associated with the Copyright Office BPR project and to provide the following systems and components: 1. Millwork. (Interior Architectural Woodwork) B. Schedules. This work shall be executed in phases and by zone/area according to the tentative schedule included in this Statement Of Work (SOW). The LOC reserves the right to alter the proposed schedule and/or volume as necessary to coordinate with the completion of the renovation phases and zones and the availability of funds. C. Attachments. All requirements in the attachments of this SOW are part of this contract. This SOW includes the following attachments: 1. Specification section 01100 ? Summary 2. Specification section 01310 ? Project Management and Coordination 3. Specification section 01330 ? Submittal Procedures 4. Specification section 01400 ? Quality Requirements 5. Specification section 01600 ? Product Requirements 6. Specification section 01700 ? Execution Requirements 7. Specification section 01770 ? Closeout Procedures 8. Specification section 06402 ? Interior Architectural Woodwork 9. Drawing A0.02 ? Phasing Diagram 10. Drawing A0.03 ? Symbols, Abbrev. & Code Analysis 11. Drawing A2.11 ? B-level Partition Plan SW - This document will be distributed in the pre-bid meeting 12. Drawing A2.21 ? Fourth Floor Partition Plan NW - This document will be distributed in the pre-bid meeting 13. Drawing A2.22 ? Fourth Floor Partition Plan SW - This document will be distributed in the pre-bid meeting 14. Drawing A2.23 ? Fourth Floor Partition Plan SE - This document will be distributed in the pre-bid meeting 15. Drawing A2.24 ? Fourth Floor Partition Plan NE - This document will be distributed in the pre-bid meeting 16. Drawing A2.31 ? Fifth Floor Partition Plan NW - This document will be distributed in the pre-bid meeting 17. Drawing A2.32 ? Fifth Floor Partition Plan SW - This document will be distributed in the pre-bid meeting 18. Drawing A7.10 ? Modular Millwork: Copy/Fax, Mail, Publications 19. Drawing A7.11 ? Modular Millwork: Pantry 20. Drawing A7.20 ? Millwork: Public Information Section 21. Drawing A7.21 ? Millwork: Public Viewing 22. Drawing A7.22 ? Millwork: Conference Center ? Coffee 23. Drawing A7.30 ? Millwork Details C.3. GENERAL REQUIREMENTS A. Contractor Personnel 1. The Contractor shall guarantee that all personnel assigned to all project activities has at least three months experience (part time or full time) with the Contractor. 2. Contractor personnel shall conform to high standards of professional behavior. 3. Contractor personnel will wear identifying badges and/or uniforms during all project related activities. 4. Contractor personnel will only be allowed on the 4th, 5th, and Ground floors of the JMMB. Any personnel found outside of the move areas will be subject to a security search. 5. Contractor personnel will be required to sign in and out with the FD&C at all shift changes. B. Personnel Background/Suitability Checks 1. Background/Suitability Determination. Contractor personnel working on this project must pass background checks performed by or equivalent to the check performed by the LOC Office of Personnel Security (OPS) in accordance with Library of Congress Regulation 2024-5, ?Suitability Adjudication for Contractors and Volunteers.? In performance of this contract, the Contractor shall not use personnel that the Library has determined to be unsuitable. The parties agree that the LOC has the final authority to determine the suitability of the contractor personnel who perform work under this contract. Nevertheless, the fact that the LOC may conduct background checks on assigned contractor personnel does not relieve the Contractor of the responsibility to provide qualified, reliable personnel of sound character and conduct. 2. Identification Information. Upon request of the LOC, the contractor will identify personnel to be assigned to work under the contract and submit a FD-28 (contractor fingerprint chart) and any other necessary administrative forms provided by the LOC so that background checks may be conducted. Other forms to be completed by the Contractor personnel include: Standard form 85, and Form 209 (1997/08) Personal History Statement. 3. Requirements. Personnel working in this contract shall not be under pending charges, shall not have been convicted of any felony within the last 10 years or any misdemeanor within the last 5 years (except for motor vehicle infractions for which the individual paid a fine or posted collateral in the amount of $300 or less), which would indicate violent or disruptive conduct, dishonest conduct, untrustworthiness or unreliability which could reasonably affect performance on the contract or pose a security concern with respect to access to LOC buildings or grounds, property or collections. Note the term ?convicted? would include a disposition of ?probation? or ?probation before judgment?. 4. Removal. Should any person employed by the contractor to perform work under this contract be convicted of any of the aforesaid offenses, the Contractor agrees to remove the individual from the contract performance and return all LOC building and stack passes issued to the individual. The Contractor also agrees to remove from this contract any individual under pending charges for any felony misdemeanor, with the exceptions noted above until such time as the final disposition is known. C. Insurance 1. Insurance Coverage. With respect to its activities performed under or incident to this SOW, the Contractor shall obtain and maintain insurance as described below for itself and its employees and will cause its agents, consultants and subcontractors, invitees and contractors and their subcontractors to obtain and maintain the same, with companies satisfactory and acceptable to LOC. The insurance shall contain a provision whereby the policy or policies shall not be cancelled or materially altered without at least sixty (60) calendar days prior written notice to LOC. 2. Coverage of LOC. Before commencing any work under this SOW, the Contractor?s insurance shall name the LOC as additional insured party 3. Proof of Insurance. The Contractor shall provide the LOC with a valid certificate of insurance, indicating the liability, property, contents, and accident coverage held by the Contractor to all parties. 4. Coverage. At a minimum, the Contractor?s insurance shall include: a. Comprehensive General Liability: $1,000,000 per occurrence; $1,000,000 aggregate b. Automobile Liability: $1,000,000 per occurrence; $1,000,000 aggregate c. Workers Compensation: $500,000 aggregate d. Employer?s Liability: $500,000 e. Excess/Umbrella: $2,000,000 D. Responsibility for Damage to Property. All effort must be made to prevent damage to LOC buildings, office spaces, furniture, equipment, deposits, records, and personal property. The Contractor must report any and all damage immediately upon occurrence to the LOC representative. The Contractor shall pay for the repair and/or replacement of any item damaged due to negligence on the part of the Contractor, its employees, subcontractors, or agents. E. No Endorsement. The Contractor shall not refer to this contract or to work performed for the LOC in a manner that would suggest that the LOC or the Copyright Office endorses the Contractor?s work or products. Any use of the LOC name, seal or logo or the Copyright Office name, seal or logo shall be coordinated with the LOC Public Affairs Officer at the following address: Director of Communications, Library of Congress, 101 Independence Ave., S.E., Washington, D.C. 20540. F. Deliveries 1. Location. The James Madison Memorial Building is located at 101 Independence Avenue, Washington, DC 20540. The Copyright Office space is in the basement and on the 4th and 5th floors. 2. Hours of Access. The building hours of operation, for the purpose of this project, will be 24 hours. 3. Loading Dock. The loading dock is located on the south side of the building. It can be accessed from C Street. 4. Trucks. Only two trucks will be allowed to park at the loading dock during business hour. Up to eight trucks may park at the loading dock after hours. The alternate parking location will be outside the building on C Street, where up to three trucks may be parked. Trucks cannot be left unattended or idling. The LOC police will be inspecting all trucks and drivers upon arrival to the building. a. Truck and Driver Identification. The Contractor shall provide the LOC police with drivers? license numbers and license plate information of all drivers and vehicles assigned to all project activities b. Configuration. Contractor shall only be allowed to use vehicles that meet the JMMB size limits of no more than 24 feet in length and 13?0? in height. 5. Elevators. The freight elevator is located in the south side the building near the loading dock. During regular LOC business hours (Monday to Friday, 9 AM to 5 PM), the freight elevator use will need to be coordinated with other LOC activities. After hours, the freight elevator will be available from 6PM to 6AM. C.4. SPECIFIC REQUIREMENTS A. Deliverables. The deliverables of this project include the furnishing and installation of millwork (Interior architectural Woodwork) as indicated in this SOW. This also shall include the preparation of the space as necessary to install the millwork. 1. Submittals. The contractor shall provide submittals in accordance with the requirements in this SOW. Submittal for all cabinets and countertops shall be provided within two weeks of award of contract. All other submittals shall be provided with 4 weeks of award of contract. Contractor shall field verify all measurements. All submittals shall include actual field measurements. 2. Space preparation. Prior to the installation of the millwork the contractor shall make all space preparation required to receive the millwork. 3. Installation of the millwork shall be in accordance with the all requirements in the SOW including the project schedule. This shall include: cabinets, counters tops, custom shelving, suspended panels, custom made reception/information desks, all necessary devices to support these components, and all requirements included in this SOW. 4. Final clean up. At the completion of each phase/zone, the contractor shall vacuum and clean all components and elements provided by the contractor to the acceptance of the LOC representative. 5. Punch list. At the completion of each zone/phase LOC representatives will generate a punch list of the installation. The Contractor shall provide staff, materials and equipment to correct any and all deficiencies identified in the punch list. B. Supplies and Equipment. The Contractor shall provide all necessary supplies and equipment for a complete system. All products and materials provided by this contract shall be new and not previously used in any way. Refer to the attachments of this SOW C. Project Manager. The Contractor will assign a Project Manager to be the point of contact to LOC Project Manager. The Project Manager will coordinate, monitor, and supervise Contractor?s personnel. D. Kick-Off Meeting. One week after the award of contract, the Contractor shall meet with the LOC Project Manager, and the LOC Team to review project objectives and schedule. E. Construction Meetings. The Contractor?s PM shall meet with the LOC PM, LOC team bi- weekly starting the second week after the award and/or as required to review and confirm the requirements for each phase and zone of the project. F. Staff Lists. The Contractor shall provide a complete staff list for all project activities 2 weeks prior to the beginning of the actual project phase / zone. This shall include social security numbers. G. Noise. The Contractor shall monitor and limit all noise generated from work activities. H. Plans. A week after the kickoff meeting, the Contractor shall provide the following to the LOC PM for review and approval: 1. Safety Plan. The Contractor shall develop a Safety Plan to insure the safety of personnel and property during the project activities. 2. Security Plan. The Contractor shall help establish security procedures to protect all items from theft and malicious damage during the project activities and shall document the procedures in a Security Plan. 3. Emergency Plan. The Contractor shall establish emergency procedures to be used during the project in case there is an emergency during the execution of the project, such as a building evacuation, etc. and shall document the procedures in the Emergency Plan. C.5. LIBRARY OF CONGRESS FURNISHED INFORMATION A. LOC will provide the Contractor all relevant project information necessary for this work. C.6. OPTIONAL REQUIREMENTS A. The LOC reserves the right to modify this solicitation to include additional tasks related to this work. The LOC will further define these tasks to include deliverables/scope, cost, and schedule impact, as required. C.7 ADMINISTRATION A. Official LOC Representatives. The Project Manager and COTR is responsible for the general administration for this contract/work Order. Additionally, the PM/COTR is responsible for the review and acceptance of all task deliverables. This individual will serve as the LOC representative and points of contact concerning: information exchange, submission review, and fee payment. Nothing stated by the PM/COTR shall be construed to be a change to the contract requirements, unless, supported in writing by Contracting Officer. B. LOC PM/COTR. The LOC PM/COTR is: Antonio Ramis Facility Design and Construction James Madison Memorial Building Room LM-G30 101 Independence Ave, SE Washington, DC 20540 202.707.7181 aram@loc.gov C. Notification of Change in Representatives. The LOC will inform the Contractor if there is any change in PM/COTR, Copyright Office Representative, or MMC Representative. C.8. FEE BASIS AND PAYMENT A. The basis of this contract is a fixed price. Monthly payments will be made on the actual work completed during the billing period. Progress payment will be based on the completed tasks. Final payment will be made upon final acceptance of all materials and services. C.9. AWARD CRITERIA AND PROPOSAL REQUIREMENTS A1. The Technical approach will be used to evaluate the contractor?s submittal for clarity, relevance, coherence, specificity, and conformance to solicitation objectives and requirements. A2. The Experience factor considers the contractor?s previous experience in providing references, including names of companies or agencies, individual contact name and phone numbers, for contracts of services with a scope of work similar to the project outlined in this solicitation, performed within the last 3 years. A3. The Past performance factor considers the contractor?s past performance in completion of similar projects, and includes consideration of the contractor?s history in meeting time and budget objectives, responsiveness, and relationship with customers A4. Price and cost factor will not be assigned a numerical weight or point score. The CO will select a Contractor from one of the responsive proposals submitted in accordance with the Request for Proposal (RFP), and this statement of work. Award will be made to the Contractor/offeror based on the lowest total price to deliver the services and products included in this SOW. The LOC reserves the right to reject any and all proposals received and/or request clarification or modification of proposals. Unrealistic prices, either too high or too low, may reflect a lack of understanding and may cause a proposal not to be considered further. In addition, the LOC reserves the right to award contract without discussion. For the proposal to be considered responsive, it needs to include the following: 1. Detailed breakdown of all costs to deliver all the work in this SOW. This is to include: printing and reproduction, phone calls, travel, materials, equipment, trucks, personnel, and any costs the Offeror believes are necessary to perform the work in this SOW. There will be no reimbursable expenses in this project. 2. Hourly rates for each staff level listed. Standard time, overtime and/or holiday time must be listed as separate line items. 3. Any project management / start-up costs that are necessary to provide the work of this SOW which are considered separate from all other pricing. B. Proposal Costs. Any costs incurred by the Contractor as a result of responding to this solicitation shall be the Contractor?s sole responsibility. C. Mandatory Pre-bid and Walkthrough Meeting. Attendance to the pre-bid and walkthrough meeting is mandatory. Failure to attend this meeting will be subject to rejection of the Contractor/offeror?s proposal. This meeting will take place on Thursday, January 25, 2007. It will start at 9:30am in room LM G30 of the Madison building. All confirmation of time MUST be sent via email to adoz@loc.gov. After the site visit any question regarding this solicitation must be submitted in writing to Arneen Dozier. The cut office date for questions is February 1, 2007. Answer will be return back no later than February 8, 2007. Proposals are due February 20, 2007 at 2:00pm. Proposals received after the due date will not be accepted. If unable to open the attachment, all interest parties should email adoz@loc.gov for the following attachments to received sections: 01100, 01310, 01330, 01400, 01600, 01700, 01770, 06402 and the drawings by fax. Preparation of Offers: Responses to this solicitation must be submitted in two separate volumes. Volume 1: Technical Proposal and Volume II: Price Proposal. Proposals must be submitted electronically and in hard copy to: Arneen Dozier, Contract & Grants Management, 101 Independence Ave., SE ? LA 325, Washington DC 20540, must be submitted with one original and two copies. THE LIBRARY IS STILL WORKING ON THE MODIFICATION FOR THE MILWORK PACKAGE. AT THIS TIME IT MAY BE ANOTHER MONTH OR SO BEFORE IT IS SETTLE. ONCE THE LIBRARY COMPLETE THE REVISIONS, THERE WILL BE ANOTHER PRE-BID CONFERENCE MEETING TO INCLUDE THE ADDITIONAL INFORMATION AND ALL QUESTION WILL BE ANSWERED. NO OFFICIAL DATE HAS BEEN SCHEDULE AT THIS TIME. THE PROPOSAL DUE ON FEDRUARY 20, 2007 HAS BEEN CANCEL UNTIL FURTHER NOTICE.
 
Place of Performance
Address: Library of Congress, Copyright Office, 101 Independence Ave., SE, Washington, DC
Zip Code: 20540
Country: UNITED STATES
 
Record
SN01233318-W 20070217/070215221704 (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.