Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

Y -- REMOVAL/INSTALLATION OF CEILING TILES AND GRIDS - TIRMS09Q00075

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Midstates (OS:A:P:B:M), 4050 Alpha Road, 1800 MSRO, 9th Floor, Dallas, Texas, 75244-4203
 
ZIP Code
75244-4203
 
Solicitation Number
TIRMS-09-Q-00075
 
Archive Date
8/25/2009
 
Point of Contact
Yvette A Terrell, Phone: 972-308-1989, Yvette A Terrell, Phone: 972-308-1989
 
E-Mail Address
yvette.a.terrell@irs.gov, yvette.a.terrell@irs.gov
(yvette.a.terrell@irs.gov, yvette.a.terrell@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
REMOVAL/INSTALLATION OF 13,200 sq. ft. OF CEILING TILES AND GRIDS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpar 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 Internal Revenue Service (IRS) is hereby notifying potential contractors of its intent to issue an award for the removal of ceiling tiles, grids, existing insulation, and all abandoned materials left above the existing ceiling. The Contractor is required to furnishing all labor, equipment and materials to perform the removal and replacement of approximately 13,200 square feet of ceiling tiles and grids that shall be conducted in Phases consisting of removing 3,300 sq. ft of ceiling tiles and grids per phase. The contractor shall also be responsible for verifying exact measurements and numbers of ceiling tiles and grids required to complete this project.New ceiling tiles shall be Armstrong #1729A Fine Fissured, 5/8”x2’x 4’ or equal– to match existing tile in building. Ceiling Grid shall be White Armstrong or equal. The Contractor shall match as nearly as practicable with existing adjoining and/or adjacent work. The Contractor shall be responsible for any damages cause to any existing work areas during the entire performance of this project. The Contractor shall be responsible to rectified or replaced any equipment damaged without additional expense to the Government. Any damages to any walls occurring during ceiling work will be repaired and painted by the contractor to match the existing walls. Floors and areas adjacent to work areas, equipment, and furniture shall be protected from dust by placing plastic film material as specified herein. Remove all existing ceiling tile, ceiling grid, and suspension wire or other devices. Operations affecting existing work shall be conducted with care to avoid damages to any employee’s working area, equipment, surrounding walls and carpet. Abandoned air diffusers, lights, and fire alarm AV’s shall be removed and disconnected above the ceiling according to the specified drawings. The Contractor shall install new ceiling tiles in place of all removed and disconnected equipment above the ceiling.A licensed electrician/fire technician will perform any work on the fire alarm system.The Government (IRS) will be responsible for draining the fire sprinkler system prior to any sprinkler work.The Government (IRS) will be responsible for disabling the fire alarm system prior to work and enabling the fire system after work is completed each day. The Contractor shall remain on site 30 minutes after refilling the sprinkler system to check for leaks. The Contractor shall remove all abandoned electrical conduits and wiring as directed by POC.The Contractor shall Level the each fire sprinkler heads to fit the new ceiling tiles. The Contractor shall connect all moved devices back to their appropriate mechanical and electrical feeds. The Contractor shall be responsible for all work conducted by subcontractor during each phase of this project.The Contractor shall provide on-site supervision during the entire length of this project. DRAWINGS:.Two (2) detailed drawings shall be distributed at the site visit. These drawing are the property of the Government and shall not be used for any purpose other than the use for completing each phase and as required by the specification of the SOW. Drawing Number 1, Titled ROOM 580. Drawing Number 2, Titled ROOM 580 Ceiling diffusers to be removed SUBMITTALS: Prior to beginning work, sample ceiling tiles, work schedules, and a listing of all subcontractors shall be submitted to the POC for approval LIQUIDATED DAMAGES: Excluding excusable delays, if the Contractor fails to complete the work within the time specified the Contractor shall be assessed liquidated damages in the amount of $50.00 per calendar day until the work is completed or accepted. WORKING HOURS: Prior to the beginning of each phase, the Contractor shall meet with the POC to approve each schedule phase and sequence of work for this project. The Contractors normal working hour shall be Monday – Friday from 6:00 pm to 5:00 am, and week-ends from 6:00 am – 5:00 pm. The Contractor shall get prior approval from the POC 48 hours prior to working outside the normal hour specified herein. Projected start date shall commence on August 24, 2009, and shall be completed 14 calendar days ending September 6, 2009. Contractors interested in this solicitation shall be required to have a current registration with the Centeral Contractor Registration Database (CCR) to be considered. The Web Address can be found at: www.ccr.gov. This solicitation is a Request for Quotes (RFQ), and is attached. All questions regarding this RFQ shall be emailed to Contracting Officer, Yvette Terrell, at yvette.a.terrell@irs.gov or fax to 972-308-1928. Questions for this project are due on or before AUGUST 12, 2009, by 2:00 PM CST. Answers in response to any questions received will be released on or before AUGUST 14, 2009. Anticipated award date is: AUGUST 19, 2009..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSMPBAPFMS/TIRMS-09-Q-00075/listing.html)
 
Place of Performance
Address: INTERNAL REVENUE SERVICE, AUSTIN CAMPUS, 3651 SOUTH IH 35, AUSTIN, Texas, 78741, United States
Zip Code: 78741
 
Record
SN01898338-W 20090806/090804235754-dbffda1585563aadc5786315a8ad530c (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.