Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

Z -- WATERPROOFING OF BUILDING

Notice Date
5/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, WV, 25813-9426, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-464-07MR-1108
 
Response Due
6/11/2007
 
Archive Date
6/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
MSHA IS SEEKING VENDORS TO PROVIDE THE FOLLOWING FURNISH ALL SUPERVISION LABOR MATERIALS SCAFFOLDING AND EQUIPMENT FOR THE FOLLOWING SCOPE OF WORK 5-year warranty on any and all water intrusion Clean-up all work areas and proper disposal of all refuse from project Apply masonary sealant to entire exterior of B-1 to prevent water intrusion (must dry transparent to NOT change appearance of building's exterior) Make sure that all weep holes/scuppers are functioning correctly Recaulk all exterior joints of B-1 to prevent all water intrusion i.e. windows, doors, vents, lights and potential areas for water intrusion Remove all existing caulking from exterior of B-1 Clean exterior of B-1 to be free of loose debris, dust, mildew, oils, and grease MSHA STATEMENT OF WORK (SOW) DATE: 05/23/2007 1.0 General. Exterior Surface Sealing - Building #1 A&CC 1.1 Introduction. The exterior surface area of the building requires power washing, clear sealant application, and control joint/window caulking to provide protection against weather damage. 1.2 Background. The MSHA Approval and Certification Center (A&CC) facility is government owned and located in Triadelphia, WV. The facility encompasses 96 acres of grounds with six office and/or laboratory buildings. Building 1 is mainly comprised of office space for government employees with two laboratories located on the first floor. It is considered the main building for the facility which often receives visitors for various purposes. The building is masonry block construction requiring periodic treatment to provide weather proofing and eliminate water intrusion. It has been 15 plus years since the building was last sealed. As a result, the building is experiencing leaks that create safety hazards such as ceiling tile becoming saturated to the point of falling. The leaks are also a threat to the expensive laboratory equipment used by the Center to approve mining equipment. There is an additional concern that the leaks are creating a wet environment and the potential for harmful mold growth. 1.3 Objectives. To have a transparent weather-proof seal applied to the exterior of the building with all control joints and windows caulked to eliminate current and prevent future water intrusion occurring during severe weather. 1.4 Scope. Approximately 21,200 square feet of masonry surface will require cleaning and/or preparation prior to the application of the sealant. The surface will be cleaned so it is free of loose debris, dust, mildew, oils, and grease. Approximately 2,850 square feet of caulking will be required for all control joints and windows of the building. The existing caulking will be removed prior to the installation of new caulking. When the building is clean and dry a single coat of a clear weather-proofer for concrete and masonry containing siloxane will be applied to all exterior masonry surfaces of the building. The sealant will be applied in a manner to ensure adequate coverage allowing the sealant to penetrate into the masonry pores. The sealant may have a milky appearance upon application but must dry clear. Any discoloration or significant change in the appearance of the building is not acceptable. The work is weather dependent and is anticipated to be performed during an agreed upon time between the government and vendor when the building is unoccupied by federal employees. The negotiated timeframe will take into consideration allowing the building to be free of all odors caused by the work effort. Needed utilities such as water and electricity will be provided by the government at the facility. The center will provide the appropriate staff such as guards and maintenance personnel as necessary for the oversight of the work effort. The contractor will provide labor, materials, and waste disposal as appropriate for this project. 1.5 Contract Type. Firm Fixed Price Contract 1.6 Place of Performance/Hours of Operation. The building where the work will be performed is a government-owned structure and is identified as Building #1. the location of the building is within the Center?s confines at the following address: MSHA Approval and Certification Center Industrial Park Road Triadelphia, WV The Center is located just off the Dallas Pike exit of Interstate 70 near Wheeling, WV. Directions to the Center can be found on the web at the following address: http://www.msha.gov/TECHSUPP/ACC/directions.pdf 1.7 Period of Performance. The period of performance for this project is only the time needed to successfully complete the outlined work and be acceptable to the government. It is anticipated that the work would require a minimum of 2 days but no more than 5 days to complete. Because the work requires a period of dry weather conditions, it is anticipated that work will be scheduled around forecasted conditions. 1.8 Privacy Act. Work on this project does not require that personnel have access to Privacy Information. 1.9 Personal Service. This task order is not being used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled ?Personal services contract?. 1.10 Security. The security level of this project is unclassified. l.11 Key Personnel. 1.11.1 The Contracting Officer?s Representative (COR) and alternate is identified under Section 1.16 Points of Contact. Duties and responsibilities are identified in Appendix A. 1.11.2 The contractor shall identify key personnel in the technical proposal regardless of the type of task. NOTE: Key personnel may not be removed from the task without express approval of the Contracting Officer?s Representative (COR). The COR will attach a copy of the request and determination to the project. 1.12 Quality Control. The contractor shall provide a description of their Quality Control plan to the client. 1.13 Records/Data. N/A 1.14 Packaging/Packing/Shipping Instructions. N/A 1.15 Applicable Documents. N/A 1.16 Points of Contact. Contracting Officer?s Representative (COR) Mr. David Diegmiller MSHA ? Approval and Certification Center Rural Route 1, Box 251 Triadelphia, WV 26059 Phone: 304.547.2041 Fax: 304.547.2044 Diegmiller.David@dol.gov Alternate Contracting Officer?s Representative (COR): Mr. John Faini, Center Chief MSHA ? Approval and Certification Center Rural Route 1, Box 251 Triadelphia, WV 26059 Phone: 304.547.2029 Fax: 304.547.2044 Faini.John@dol.gov Client's Security Officer. N/A MSHA Invoice Address Name Denver Finance PO Box 25367 Denver CO 80225 Phone: 303.231.5409 2.0 Definitions & Acronyms. 2.1 A&CC ? Approval and Certification Center 2.2 COR ? Contracting Officer?s Representative 2.3 GSA ? General Services Administration 2.4 MSHA ? Mine Safety and Health Administration 3.0 Government Furnished Items. The contractor shall specifically identify in their proposal the type, amount, and time frames required for any government resources, excluding those listed below. The Government will provide the following: Initial familiarization/orientation will be provided on site. Basic electricity and water service. Guard service. 4.0 Contractor Furnished Items. The contractor will provide all labor, materials, equipment, and waste disposal as required to complete the project within scope. 5.0 Section 508 Requirements. N/A 6.0 Specific Requirements. 6.1 Task Description. Services for this task requirements in accordance with the standards identified on the attached worksheet. 6.2 Proposal Submission. The Government will request proposals for this task utilizing the FedBizOps Web-based System. To receive a potential Request For Proposal (RFP), the potential offerors shall register their organization and their authority to submit quotes at the following Web Site: www.fbo.gov The contractor shall submit a written cost and technical proposal for consideration before the due date and time for this RFP. If the proposal is for a Firm Fixed Price Type of Task Order, the contractor shall submit a payment schedule as part of the cost proposal. 6.2.1 Travel. As part of the Cost Proposal, the contractor shall provide any anticipated travel costs, if known, to include: origination; destination; number of trips; number of persons; and a breakdown of lodging, meals, transportation and related costs. Actual expenses are limited by the Government Travel Regulations and must be pre-approved by the client. 6.2.2 Other Direct Costs (ODCs). The contractor shall provide a breakdown of any ODCs in the Cost Proposal. The breakdown shall include an identification of any ?open market items" or the contracting vehicle used for the ODCs. 6.3 Deliverables and Reports. In addition to the applicable requirements, the contractor shall provide the following deliverables and reports. 6.3.1 Progress Reports. N/A 6.3.2 Other Reporting Requirements. In addition to the Monthly Status Reports, the contractor shall provide the following: 6.3.2.1 The contractor shall inform the COR in writing of the actual project starting date on or before the starting date. 6.3.2.2 The contractor shall bring problems or potential problems affecting performance to the attention of the COR as soon as possible. 6.4 Delivery Instructions. Work will begin on the agreed date and the contractor shall provide all labor, materials, and waste disposal at start-up. 6.5 Inspection and Acceptance. A physical inspection of the building will be made upon completion of the work. There should be no discoloration or apparent staining of the building?s masonry block. 6.6 Procedures for Payment. Billing and payment shall be accomplished in accordance with the contract. The contractor shall have the invoice certified by the COR. The contractor?s invoice will be for the entire job. Invoices submitted for payment must be accompanied by a copy of the government?s document(s) (i.e. DD250 or similar form) accepting the covered services. Failure to comply with the procedures outlined above may result in your payment being delayed. POC IS BRANDI BRINSON PURCHASING AGENT AT brinson.brandi@dol.gov OR FAX 304-256-3350. RESPONSES ARE DUE BY 3:00 PM EST ON JUNE 11, 2007. ANY QUESTIONS SHOULD BE FORWARDED NO LATER THAN 12:00 NOON ON JUNE 5, 2007. NO PHONE CALLS WILL BE ACCEPTED.
 
Place of Performance
Address: MINE SAFETY AND HEALTH ADMINISTRATION, NATIONAL MINE HEALTH AND SAFETY ACADEMY, ACQUISITION MANAGEMENT DIVISION, 1301 AIRPORT ROAD, BEAVER WEST VIRGINIA
Zip Code: 25813
Country: UNITED STATES
 
Record
SN01301214-W 20070525/070523220726 (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.