Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

Z -- REPAIR AND REPLACEMENT OF DAMAGED, LOST AND FAULTY INSULATION IN THE CEILINGS OF THE MAIN LABORATORY BUILDING AT THE OXFORD LABORATORY IN OXFORD, MD

Notice Date
8/10/2009
 
Notice Type
Presolicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NCNS4000916712CMM
 
Archive Date
9/25/2009
 
Point of Contact
Carey M. Marlow, Phone: (816)426-7460
 
E-Mail Address
carey.m.marlow@noaa.gov
(carey.m.marlow@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Ocean Service (NOS), Center for Coastal Environmental Health and Biomolecular Research (CCEHBR) Cooperative Oxford Laboratory located at 904 South Morris Street, Oxford, MD 21654 plans to acquire a contractor capable of the repair and replacement of damaged, lost and faulty insulation in the ceilings of its main building. This building is approximately 13,500 sq. ft. and was constructed in 1960 with an extensive renovation and addition in 1998. The estimated size of this project is less than $10,000.00. DESCRIPTION: The contractor shall provide and install r-30 fiberglass insulation in all areas of the main building that require it for optimal energy and heat preservation. The insulation shall be installed so that it is NEAT and permanent and provides the maximum thermal protection possible. Site Visit The contractor shall visit the site and determine all existing conditions affecting the work in this request. It is the contractor's responsibility to confirm existing conditions. Failure to determine existing conditions will not be considered a basis for the granting of additional compensation. SITE ADDRESS: 904 South Morris Street, Oxford, MD 21654. A site visit will be held on TBD at 10:00 am and will convene in the lobby of the main building, Center for Coastal Environmental, Health and Biomolecular Research, Cooperative Oxford Laboratory. Technical Contact is Tom Brush 410-226-5193. Potential contractors will have the opportunity to examine the insulation in its current state to determine the amount of materials and time required to complete the job and fulfill all contract requirements. This site visit will allow offerors (Contractors) to become familiar with site constraints, building layout and utility conditions. The site visit is for observance only, allowing the contractor to determine the local area and existing building conditions. Any and all questions will be addressed to the Contracting Officer and will be answered in the form of an addendum to insure all information is distributed the same and to all "bidders." Scope Upon completion of the contract the main building will have a ceiling that is as energy efficient as possible. Great care shall be taken to ensure that the insulation is installed properly according to the manufacturers recommended installation guidelines. There will be no unnecessary gaps or voids in the installation and all penetrations shall be properly sealed. Installation shall be neat and clean, with attention given to both presentation and functionality of the insulation. Task The contractor shall provide all necessary personnel, equipment, and materials to perform work within the Scope described above in order to meet contract requirements. This shall include but is not limited to r-30 fiberglass insulation with a vapor barrier, all materials required to properly secure the insulation in place, and incidental materials required to seal penetrations and any other materials required to complete the job in the most efficient and workmanlike manner possible. All materials must be suitable for prolonged exposure in hot attic environment. The contractor shall visibly inspect the condition of the existing insulation in every room of the main building to determine the extent of the repairs necessary. This can be accomplished by the removal of ceiling tiles or through attic access. The contractor will then conduct repairs to replace missing or damaged insulation. All insulation in the main building shall be secured so that it provides maximum effectiveness and longevity. This may be accomplished with a combination of wire, staples, and other methods deemed appropriate by both the contractor and industry standards. Appropriate measures must be taken to ensure minimal interruption of work in both office and laboratory areas. These measures shall include but are not limited to; staging the work by preparing the materials and labor to minimize time spent in each individual room, using painter's plastic, masking, tape, etc. to minimize or eliminate issues related to dust. Any ceiling tiles that are removed in the process of the work shall be replaced securely so that there are no gaps. If tiles are damaged in the course of the work they shall be replaced with new matching Armstrong tiles at the expense of the contractor. Any damage to the ceiling grid will be the responsibility of the contractor. There are three attic access points in the building. The contractor shall devise and construct a means for maintaining the integrity of the insulation in these areas so that when complete these access points will be functional and not compromise the integrity of the insulation envelope. The old insulation that is removed and any other waste created during the work shall be disposed of properly in accordance with all laws and regulations and the NCCOS EMS by the contractor at his expense. Delivery The contractor shall deliver all necessary personnel, equipment, and materials to perform work within the work described above in order to meet contract requirements. The work shall be completed before October 1, 2009. The contractor will be permitted to work during normal facility hours (7:30 A.M. through 5:00 P.M. Monday through Friday, excluding federal holidays or any occasion that the facility is closed). Work must be completed observing all federal, state, and local laws and regulations. In order to comply with the Debt Collection Improvement Act of 1966, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR, contact the CCR website at http://www.ccr.gov/. Vendor must note on quote if they accept credit cards as a method of payment. Vendor needs to include their Dun and Bradstreet number with their bid proposal. Security The contractor shall sign in daily at the front desk of the facility. At all times, any contractor and sub contractor must be signed in and wear a visitor badge issued by the receptionist at the front desk. The C&A requirements of clause 73 do not apply and a Security Accreditation Package is not required. Conformance with Environmental Management Systems The Contractor shall perform work under this contract consistent with the relevant policy and objectives identified in the agency, organizational, or facility environmental management system (EMS) applicable for your contract. The Contractor shall perform work in a manner that conforms to all appropriate Environmental Management Programs and Operational Controls identified by the agency, organizational, or facility EMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to the environmental, energy, and transportation management goals. In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and take corrective action immediately. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the EMS Site Coordinator. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the environmental management system and how these requirements affect their work performed under this contract. All on-site contractor personnel shall complete NOAA and NCCOS sponsored environmental training specified for the type of work conducted on-site. Upon contract award, the Contracting Officer's Representative will notify the facility-level Environmental Management Systems Coordinator to arrange EMS training for appropriate staff. For more information, go to Place of Performance http://www.fedcenter.gov/Documents/index.cfm?id=8498&pge_prg_id=22014&pge_id=1863 Place of Performance Work is to be performed at: NOAA, National Ocean Service Center for Coastal Environmental Health and Biomolecular Research Cooperative Oxford Laboratory 904 South Morris Street Oxford, Maryland 21654-9724 Gov Point of Contact: Gretchen Messick Technical Contact Information Tom Brush Facility Coordinator JHT Inc. Cooperative Oxford Laboratory 904 South Morris Street Oxford, Maryland 21654-9724 Phone: (410) 226-5193 FAX: (410) 226-5925 E-mail: Tom.Brush@noaa.gov HOW TO OBTAIN A COPY OF THE SOLICITATION: The Request For Quote (RFQ) package and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies of the solicitation will not be available. The solicitation will be available for download approximately August 24, 2009. For a copy of the solicitation, please utilize the FedBizOpps' feature "register to receive notification" as well as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification should receive an email from the FBO indicating its availability. Each potential vendor is responsible for checking this website often to obtain all current information associated with this procurement. All responsible sources may submit an offer that will be considered by the agency. The resultant procurement will be a firm fixed-price contract. This will be a 100% small business set-aside. The North American Industrial Classification System Code (NAICS) is 238310. The size standard for Small Business is $14 million. The estimated price range of this project is less than $10,000.00. Completion time for this project is approximately 30 days after the Notice to Proceed. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR please access the following web site: http://www.bpn.gov. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIREMENTS: ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulation. To be eligible for contract award a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found by visiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://eupdate.dnb.com/ or by phone at 1-888-814-1435. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MONITOR FEDBIZOPPS FREQUENTLY FOR THE RELEASE OF THE SOLICITATION, SPECIFICATION, DRAWINGS, AND ALL SUBSEQUENT AMENDMENTS. Point of Contact Carey Marlow, Contract Specialist, Phone (816) 426-7460.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NCNS4000916712CMM/listing.html)
 
Place of Performance
Address: CENTER FOR COASTAL ENVIRONMENTAL HEALTH AND BIOMOLECULAR RESEARCH, COOPERTIVE OXFORD LAB, 904 SOUTH MORRIS STREET, OXFORD, MD 21654, OXFORD, Maryland, 21654, United States
Zip Code: 21654
 
Record
SN01905977-W 20090812/090811001605-7c90ae8900e57c14d0c1d4ce9cc68a43 (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.