Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

Y -- ROOFING

Notice Date
5/29/2008
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-08-R-0002
 
Response Due
6/9/2008
 
Archive Date
8/8/2008
 
Point of Contact
Samuel Colton, 928-328-6354
 
Small Business Set-Aside
N/A
 
Description
Amendment 0002 to the solicitation will be posted on or about June 3, 2008 due to computer system upgrades. The solicitation close date has changed from June 3, 2008 at 2:00 p.m. to June 9, 2008 at 2:00 p.m. This notice also provides answers to questions which have been submitted. The information provided within this notice will be available on or about May 29, 2008 at www.yuma.army.mil/contracting under solicitation number W9124R-08-R-0002. Q1) Proposal Format Clarification: Do we need 3 binders 1 for each part number with the original and extra copies in it or 8 binders one binder for each part plus a binder for each additional copy? It would also be helpful to find out if the tabs are intended to divide a, b, and c under each part plus tabs for the 5 or 6 parts under a, b or c. A1) On page 61 of 71 of the solicitation under Proposal Submission Instructions, Proposal Format, paragraph 1 states that the overall proposal shall consist of three (3) physically separate and detachable parts, individually entitled for each part. Paragraph 2 of this section explains the number of copies to be submitted in additional to the original for each part. Paragraph 3 of the same section states that the separate sections of each binder shall be tabbed for ease of identification. For ease of reference, consecutive page numbering with tabs is required. Q2) Schedule of Price Clarification: The description and SOW paragraphs referenced in the Exhibit Line Item Numbers do not correspond to the description and paragraphs used in the SOW. Will this be corrected or should we bid IAW the matching SOW descriptions and ignore the paragraph numbers? A2) Due to a computer glitch Attachment 01 Specification will be replaced with a corrected Attachment 01 Specification which will have corresponding description paragraphs for the Exhibit Line Item Numbers (ELINs) contained within the solicitation. Q3) Wage Clarification: Only the General Decision for Residential was included as part of the bid package. Does the Wage Decision for Building need to be added? A3) The General Decision for Residential was included as part of the solicitation for roof work that will fall under that category. The General Decision for Building was not provided as one is not available. The U.S. Department of Labor (DOL) issues wage determinations under the Davis-Bacon Act (DBA) using available statistical data on prevailing wages and benefits paid in a specific locality. On occasion, the data does not contain sufficient information to issue rates for a particular classification of worker needed in the performance of the contract. Because of this, DBA provisions contain a conformance procedure for the purpose of establishing an enforceable wage and benefit rate for the missing classification. Contractors are responsible for determining the appropriate staffing necessary to perform the contract work. Contractors are also responsible for complying with the minimum wage and benefits requirements for each classification performing work on the contract. If a classification considered necessary by the contractor for performance of the work is not listed on the applicable wage determination, the contractor must initiate a request for approval of an additional classification along with the proposed wage and benefit rates for that classification. The awarded Contractor initiates the request by preparing an SF-1444, Request for Authorization of Additional Classification and Rate, at the time of employment of the unlisted classification. (Reference FAR 22.406-3 and 52.222-6(b), and Title 29 CFR Part 5, Section 5.5(a)). The contractor completes blocks 2 through 15 on the form. Request may be submitted to DOL without the form, but must contain the required information. Employees, if present, or their designated representative must sign block 16 noting their concurrence or disagreement with the contractor's proposed wage and benefit rate. If the employee indicates disagreement with the contractor's proposal, he must provide a statement supporting a recommendation for different rates. (Designated representative is generally a union. It cannot be the contractor 's personnel officer or other contractor representative.) The Contractor submits the request to the Contracting Officer. The Contracting Officer reviews the request for completeness and signs the form designating the contracting agency's concurrence or disagreement with regard to the contractor's proposal. If the Contracting Officer indicates disagreement with the contractor's proposal, a statement must be attached supporting a recommendation for different rates. The Contracting Officer then submits the proposal with all attachments to DOL for approval. The Contractor is obligated to pay the proposed wage and benefit rates pending a response from DOL. Q4) I am interested in submitting a proposal for the roofing IDIQ project at the Yuma Proving Ground. I noticed that the Davis Bacon Wage Rates included in the solicitation are for residential projects. I dont think that these rates will apply to the IDIQ when we are working on commercial buildings. I looked up the wage rates on the Davis Bacon website for commercial projects and there is not a roofing wage rate included. What wage rate will be required when working on commercial buildings completed during this project? A4) Refer to the answer provided in A3. Q5) On the Gray and White sheets page 20 of 71 line D0010U there is no Quantity or unit listed. This is repeated on the subsequent E0010U line item as well. Please advise? A5) For Exhibit Line Item Numbers (ELINs) A0010U, B0010U, C0010U, D0010U and E0010U the quantity is 200 and the unit of measurement is Lineal Foot (LF). Corrected ELINs will be provided when Amendment 0002 is posted. Q6) on page 61 of 71 part 2 the second sentence calls out that Parts I and II shall be submitted as an original plus (2) sets of hard copies. Part II is the Past Performance Proposal which is submitted directly to you and thus not in our bid package. Please clarify? A6) The Past Performance Survey, Attachment 5, is to be submitted directly to us by the evaluating agency. Part II-Past Performance Proposal is to be submitted to the Government for evaluation and shall consist of items found within either paragraph a, b or c. Part II-Past Performance Proposal shall be submitted in accordance with the Proposal Submission Instructions found on page 61 of 71 of the solicitation. Part II-Past Performance Proposal will not contain the Past Performance Survey, Attachment 5, as that will be submitted to the Government by the evaluating agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e5041beeb59060d55bfca355341be46e&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01583136-W 20080531/080529222217-e5041beeb59060d55bfca355341be46e (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.