Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

Z -- Dismantle and Remove two York-Shipley oil fired steam boilers at the SSA Facility in Queens, NY

Notice Date
9/8/2008
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, SSA Region 2, 26 Federal Plaza, Room 4010, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
SSA-RFQ-02-08-1004
 
Point of Contact
Andrew Argiro, Phone: 212-264-2766
 
E-Mail Address
andrew.argiro@ssa.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Social Security Administration (SSA), Region II, requires a contractor for the removal of an outdated, non-operational humidification system at the Joseph P. Addabbo Federal Building that is located at 155-10 Jamaica Avenue Jamaica New York 11432. The humidification system’s steam generating components are located on the 12th floor mechanical room. The boilers and their piping systems have deteriorated due to extensive corrosion attacking the boiler’s water jackets and piping systems. This deterioration is to the point that leaks have developed from the water and fuel oil feed systems. SPECIFC REQUIREMENTS - 1.The contractor shall provide labor, material, equipment, and supervision to dismantle and remove two York-Shipley oil fired steam boilers. 2.Once all humidification equipment and its related equipment have been removed, the contractor shall remove all unused concrete pads. 3.Oil supply and return lines shall be removed and caped for both boilers back to the oil day tank, located in the boiler room. 4.The vertical sections of the exhaust stack for both boilers shall be dismantled and removed to the horizontal section of the exhaust stack. All openings must be capped and reinsulated. 5.Water supply lines to both steam boilers and all related equipment are to be disconnected, removed, and capped at their supply source. 6.Condensate tank and its lines shall be removed from both steam boilers and all related equipment to the humidification system. 7.Low pressure condensate tank and all associated equipment, piping supports, bracing and concrete pads are to be removed. 8.Electrical power and control wiring including there conduit lines are to be removed back to their origination point. 9.All damaged walls and floor surfaces damaged by the installation or removal of boilers, piping, conduit runs including their supports, pads and equipment will be repaired by the contractor. 10.The contractor shall paint the boiler room floor and walls to match exciting colors. 11.All materials are to be removed from the building on a daily basis; the disposal of these materials must meet all local and national environmental codes. 12.All licensed trades or personal using regulated equipment (ex: burning permits, plumbing licenses, electrical licenses) must present these permits or licenses prior to starting work. GENERAL REQUIREMENTS - 1.Work Schedule: Work is permitted during the building’s normal operating hours 6:00 am to 6:30 pm, except if a phase of the removal project is determined to be disruptive to a good building working environment. These positions will be scheduled with the building manager’s office for after normal business hours. 2.Security Requirements All contract employees (including sub-contractor employees) must obtain a SSA government security clearance which includes finger prints screening and personal history review, in accordance with the attached Security Requirements Clause. All contactors and their employees must sign in daily at the front lobby. Before beginning any work at the site, proper I.D is necessary. The contractor shall adhere to the attached Removal From Duty clause. 3.Contractor Responsibilities: The contractor must seal off work areas each day to ensure that the general public will not enter the work area. The contractor must maintain clean work areas; all work areas must be free of debris. The contractor must submit all MSDS sheets of any agents, paints, or solvents, which is intended to be used in the building. 4.The performance period shall be date of award through 60 days. 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number SSA-RFQ-02-08-1004 and the solicitation are issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is a TOTAL SET ASIDE FOR SERVICE-DISABLED VETEARN-OWNED SMALL BUSINESSES. The NAICS Code is 238220 and size standard is $12 million. In accordance with FAR 12.302, Tailoring of Provisions and Clauses for the Acquisition of Commercial Items, and 12.303, Contract Format, FAR clause 52.212-4 is tailored as follows: (g)Invoice. An invoice must include – Name and address of the Contractor; Invoice date and number; Contract number, contract line item number and, if applicable, the order number; Description, quantity, unit of measure, unit price and extended price of the items delivered; Terms of any discount for prompt payment offered; Name and address of official to whom payment is to be sent; Taxpayer Identification Number (TIN) and Dun&Bradstreet Number (DUNS). Payment will be made by Government Purchase Card (Visa). All invoices shall be submitted to the following address: Social Security Administration FMT – Room 4040 26 Federal Plaza New York, NY 10278 All questions regarding billing should be directed to: Andrew Argiro Contracting Officer Tel:212-264-2766 Fax:212-264-2964 e-mail:andrew.argiro@ssa.gov (u) Superintendence by the Contractor. At all times during performance of this contract and until the work is completed and accepted, the Contractor shall directly superintend the work or assign and have on the worksite a competent superintendent who is satisfactory to the Contracting Officer and has authority to act for the Contractor. (v) Permits and Responsibilities. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor’s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. (w)Other Contracts. The Government may undertake or award other contracts for additional work at or near the site of the work under this contract. The Contractor shall fully cooperate with the other contractors and with Government employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heeding any direction that may be provided by the Contracting Officer. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Government employees. (x)Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer. The Contractor shall protect from damage all existing improvements and utilities at or near the work site, and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. (y)Operations and Storage Areas. The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized or approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor’s performance. Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be erected by the Contractor only with the approval of the Contracting Officer and shall be built with labor and materials furnished by the Contractor without expense to the Government. The temporary buildings and utilities shall remain the property of the Contractor and shall be removed by the Contractor at its expense upon completion of the work. When materials are transported in prosecuting the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The Contractor shall repair or pay for the repair of any damaged curbs, sidewalks, or roads. (z)Cleaning Up. The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer. (aa)Accident Prevention. The Contractor shall provide and maintain work environments and procedures which will safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities; and avoid interruptions of Government operations and delays in project completion dates. For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall – (1)Provide appropriate safety barricades, signs, and signal lights; (2)Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and (3)Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken. Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor’s representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation of the parties, in subcontracts. (bb) Insurance. (i)Workers’ compensation and employer’s liability. Contractors are required to comply with applicable Federal and State workers’ compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer’s liability section of the insurance policy, except when contract operations are so commingled with a contractor’s commercial operations that it would not be practical to require this coverage. Employer’s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers. (ii)General liability. Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence is required. (iii)Automobile liability. Automobile liability insurance written on the comprehensive form of policy is required. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition and the follow additional FAR clauses cited in the clause are applicable to the acquisition: (b) (14), (b)(16), (b)(18), (b)(19), (b)(20), (b)(21), (b)(22), (b)(23), (b)(24), (b)(25), (b)(38), (c)(1) and (c)(2). INSTRUCTIONS TO OFFERORS: The following provisions at FAR 52.212-1, Instructions to Offerors, Commercial Items, (tailored) apply to this acquisition: (b) (1), (3), (4), (6), (7), (8), (10), (11), (c), (f), (g), and (l). All quotations must be clearly marked with SSA-RFQ-02-08-1004 and shall contain the following: 1)Price quotation, separate from technical submissions, including a detailed breakout of : labor (firm-fixed price)-labor categories, descriptions, number of hours for each category and labor rates, overhead rates, profit and other direct costs (materials). 2) References for experience and past performance: provide information for 3 past or current projects completed within the past 3 years that are similar in size, scope and complexity to the work required. Each reference shall include: A) Name, Address of the Client Organization; B) Contract Number, if applicable; C) Name, Title, Telephone and Fax Numbers and email address of a currently available client point of contact/reference; D) Description of the work performed; E) Performance period, and F) Dollar value. 2)EVALUATION: The provisions at FAR 52.212-2, Evaluation – The provisions at FAR 52.212-2, Evaluation – Commercial Items (tailored) apply to this acquisition. Paragraph (a) is tailored as follows: the Government will award an order resulting from this request for quotation to the offeror whose quote represents the best value to the Government, price and other factors considered. The following factors shall be requested and a written solicitation will not be issued. The following factors shall be used to evaluate quotations: price, experience and past performance. U.S. Department of Labor Wage Determination No. 2005-2375 Revision No. 5, Dated 05/29/2008 applies to this solicitation, and may be downloaded from www.wdol.gov. 3)REPRESENTATIONS AND CERTIFICATIONS: Quoters must include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications - Commercial Items with their quote. Interested parties can acquire this document from http://www.arnet.gov/far. Alternatively, quoters may complete the annual Representations and Certifications electronically via the ORCA website located at http://orca.bpn.gov. After the quoter reviews their ORCA database information, the quoter verifies by submission of this quotation that the Representations and Certifications - Commercial Items form has been entered or updated within the last 12 months. The quoter thereby certifies that the submitted information is accurate, current, complete, and applicable to this solicitation to the best of their knowledge and belief. 4)Responses must be submitted by 4:00 p.m. Eastern Time, September 17, 2008, addressed to the Social Security Administration. FMT-Room 4040, 26 Federal Plaza, New York, NY 10278 or emailed to Andrew Argiro at Andrew.argiro@ssa.gov, or faxed to Andrew Argiro at fax # 212-264-2964. All responsible Service Disabled Veteran Owned Small Businesses may submit a quotation that shall be considered by the Agency. 5)A site visit will be held AT 10:00 AM ET on September 11, 2008. Interested parties should contact Maggio Ventura at 718-557-5100 if interested in attending the site visit. The purpose of this site visit is to allow potential offerors the opportunity to familiarize themselves with the worksite and satisfy themselves regarding the general and local conditions that may affect the cost of the requirement, to the extent that information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Questions regarding areas of uncertainty, which may require clarification or correction, must be requested during or immediately following the inspection tour. All questions and respective answers will be summarized in the form of a solicitation amendment and provided to all parties requesting copies of the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5252f0a6e46e1d2904a986bd956c8665&tab=core&_cview=1)
 
Place of Performance
Address: 155-10 Jamaica, Avenue, Jamaica, New York, 11432, United States
Zip Code: 11432
 
Record
SN01663330-W 20080910/080908221811-5252f0a6e46e1d2904a986bd956c8665 (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.