Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

Z -- Replace missing window screens, paint exterior trim, replace tub and shower surrounds, and replace water heater,

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pensylvania Ave., Washington , DC 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1009Q2677
 
Response Due
8/12/2009
 
Archive Date
2/8/2010
 
Point of Contact
Name: Dione Shelton, Title: Contracts Specialist, Phone: 202-344-1694, Fax: 202-344-3322
 
E-Mail Address
dione.shelton@associates.dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSBP1009Q2677 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 236118 with a small business size standard of $33.50M. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-12 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20529 The DHS Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, Window Screen Replacement The Contractor shall furnish and install a minimum of five (5) windows screens on the residences located at the Eastport, ID Port of Entry. The window screens are located as follows; IDIM01 (1), IDIM03 (2), and IDIM04 (2). All measurements should be considered unknown and should be verified. Finish color shall match existing and all residences shall be the same. The Contractor shall be required to paint any windows and window trim to match other areas to be painted. New frames shall be mounted and properly shimmed to provide a level platform for the window sash. Windows shall be easily opened and not seize or bind at any point. Insulation shall be used to prevent drafts around window opening and frame. All trim work shall be replaced as necessary at each window location. Caulking and insulation shall be used to prevent drafts between frame and exterior wall with care not to seal any weep holes. All work shall comply with and installed per the manufacturers written instructions. Sites affected: 38 Government Way, 41 Government Way, 42 Government Way and 45 Government Way, 1, LOT; LI 002, Exterior Painting(replace exterior Storm Doors and Paint exterior trim) The Contractor shall paint or stain all wood or metal exterior trim on windows one (1) coat of primer and one (1) finish coat of paint. Color shall be white to match color of windows and doors and match color in other areas to be painted. Paint shall be minimum 12-year warranty type and curing time on manufacturers recommended instructions shall be followed. All work shall comply with manufacturers written instructions. The Contractor shall prepare the exterior by using scrapers or wire brushes to remove all loose material. All cracks and splits in wood surfaces, which will be painted or stained, are to be repaired properly before priming and painting or staining, to prevent moisture from entering. Windows and doors, when painted or near surface to be painted or stained shall be protected in a manner to prevent sticking. Contractor shall paint or stain only when the surface or air temperatures are above 50 degrees Fahrenheit (10C) and below 90 degrees Fahrenheit (32C) during application. Contractor shall allow 4 hours, minimum, before re-coating. When required, a matching color or clear coat, all weather stain shall be used on exposed wood surfaces previously stained. A seal coat shall be used where wood has been exposed to weather. The Contractor shall follow all manufacturers equipment and material directions during the work process and all work shall comply with ASME / ANSI standards. Attached drawings are intended for reference only and not warranted to be accurate for current residence structure. The Contractor shall visit the site to make necessary inspections, measurements, and familiarize with the requirements prior to submitting a bid proposal. A site visit may be scheduled through the Director of the Eastport Port of Entry. The Contractor shall verify all existing conditions at the project site prior to starting work. Sites affected: 38 Government Way, 41 Government Way, 42 Government Way and 45 Government Way, 1, LOT; LI 003, Tub and Shower Surrounds The Contractor shall provide all labor, materials, tools, and equipment necessary to obtain, remove existing and install new tub surrounds in the residences listed above. All work shall comply with ASME / ANSI standards. The contractor shall replace existing shower surrounds with system consisting of no more then 3 panels and may contain soap trays. The contractor shall remove all debris and ensure space is clean after removing all old tiles and fixtures. All damage to existing drywall or green-board shall be repaired and / or replaced. Additional adhesive shall be applied at any locations behind soap trays or towel bars to provide additional support to the tub surround. The tub surround shall be caulked properly where the surround meets the tub and other locations where moisture may enter behind the surround. The panels shall be of fiberglass laminate with a minimum thickness of (60) mils and 20% fiberglass content. All tub-surrounds shall be designed to permit ADA compliant grab bar installation and any previously installed grab-bars shall be replaced. Finish shall be of medium-gloss and scuff resistant. Color shall be white or to closely match tub color. Panels shall meet or exceed all tests in ANSI specification Z124.1. When and where leakage has been caused by faulty plumbing the Contractor shall cure leaks and replace all tub / shower faucets, as necessary, with a metal anti-scald pressure balanced mixer valve and with washerless valves and diverter spout. Showerhead shall be self-cleaning, water saver type connected to concealed pipe. All pipes and mixing valves shall be anchored to wall studs to prevent movement. Tub / shower faucets shall have a chrome finish. GENERAL REQUIREMENT NOTES Contractor shall visit the site to make necessary inspections, measurements, and familiarize with the requirements prior to submitting a bid proposal. Contractor shall verify all existing conditions at the project sit prior to starting work. All installed items shall be the usual work of the manufacturer. Contractor shall be responsible for any repair for any damage to the building and the surrounding areas. The building and surrounding areas shall be restored to the previous original condition at no additional cost to the Government. All materials, equipment, and installation shall be in accordance with manufacturer recommendations, contract drawings and specifications, and all current applicable codes. All electrical work shall be executed in accordance with the latest National Electrical Code (NEC), Underwriters Laboratories, and local codes. All work shall comply with ASME / ANSI standards, 1, LOT; LI 004, Water Heater The Contractor shall provide all labor, materials, tools, and equipment necessary to install new hot water heaters in the residence listed above. All work shall comply with ASME / ANSI standards. Contractor shall replace the existing hot water heaters with new 50 gallon Maytag - Series 12 (HE212 50T or HE212 50S) electric hot water heater or its equal and meet or exceed EPAs Energy Star guidelines. The Contractor shall install hot water heater in existing location and space in basement of the residences. The new water heaters shall be equipped with flammable vapor ignition resistant system, as established by the American National Standards Institute (ANSI), to prevent accidental ignition of flammable vapors from sources outside of the water heater. Installation of all new equipment shall conform with manufacturers instructions and requirements. The Contractor shall remove and dispose of all replaced hot water heaters in compliance with local codes. The water heater shall be mounted a minimum of 18 above the finished floor. GENERAL REQUIREMENT NOTES Contractor shall visit the site to make necessary inspections, measurements, and familiarize with the requirements prior to submitting a bid proposal. Contractor shall verify all existing conditions at the project sit prior to starting work. All installed items shall be the usual work of the manufacturer. Contractor shall be responsible for any repair for any damage to the building and the surrounding areas. The building and surrounding areas shall be restored to the previous original condition at no additional cost to the Government. All materials, equipment, and installation shall be in accordance with manufacturer recommendations, contract drawings and specifications, and all current applicable codes.Water Heater All electrical work shall be executed in accordance with the latest National Electrical Code (NEC), Underwriters Laboratories, and local codes. All work shall comply with ASME / ANSI standards, 1, LOT; For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Offeror is requested to provide 2-3 Past Performance submissions (See attached template) for similar work performed. Past Performance must be submitted to the attention of Dione Shelton at dione.shelton@associates.dhs.gov prior to closing date of solicitation. A SITE VISIT IS REQUESTED. Site visit can be arranged by contacting, Robert. Johnson@dhs.gov or call (208) 267-3966 There are 4(four) sites in this solicitation. Site visit location(s) as follows: For Tub Surround- 38 Government Way and 41 Government Way,Post Office Box 237, US Highway 95 North, Eastport, ID 82826. To replace Water Heater 38 Government Way, 41 Government Way and 45 Government Way, P.O. 237, US Highway 95 North, Eastport, ID 82826. To replace missing window screens and paint exterior trim- 38 Government Way, 41 Government Way and 42 Government Way, and 45 Government Way, PO Box 237, US Highway 95 North, Eastport, ID 82826. Please email the point of contact to confirm site visit attendance by 12:00 Friday, August 7, 2009**** All questions pertaining to the specifics of this solicitation must be submitted to clientservices@Fedbid.com All questions must be submitted by or before August 11, 2009 12 P.M. EDT. No questions will be allowed after that date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1009Q2677/listing.html)
 
Place of Performance
Address: Washington, DC 20529<br />
Zip Code: 20529<br />
 
Record
SN01900793-W 20090807/090806001957-f4d821577dc5d44713fda67038486bb1 (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.