Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

S -- Floor Replacement - Standard Form 1449

Notice Date
1/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
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-10-Q-00007
 
Archive Date
2/6/2010
 
Point of Contact
Jennifer J. Beecher, Phone: 972-308-1956
 
E-Mail Address
jennifer.j.beecher@irs.gov
(jennifer.j.beecher@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote (SF1449) Request No: D-0-D9-14-AL-T11 This is a combined synopsis/solicitation prepared in accordance with the format in FAR 12.603 and 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will NOT be issued. The closing date for price proposals is 2:00 p.m. (CST) on Friday, January 22, 2010. Solicitation Number TIRMS-10-Q-00007 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This procurement is 100% set-aside for small business concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330 with a small business size of less than $14 million in average annual receipts. The Internal Revenue Service requires the following specifications must be met to perform floor replacement services in Austin, TX: 1.01SCOPE The work covered by these specifications consists of furnishing all labor, equipment, materials and performing all operations in connection with the project to modify office space at IRS SPB building in Hallways of the 2nd floor in strict accordance with these specifications and drawings, and subject to the terms and conditions of the contract. It is recommended that contractor conduct a site visit and verify all conditions prior to submittal of bid. 1.02PRINCIPAL FEATURES The work to be performed in connection with this project shall consist of, but is not limited to, the following principal features: A.Remove approx. 15,000 SQ. FT. of existing 2 feet x 2 feet abrasive back carpet squares B.Existing Carpet to be removed can be recycled if possible. C.Install approx. 15,000 sq. ft. of Shaw “Positive” carpet 2 ft. x 2 ft. squares-color#/ color name-block party /style number -59554 / color number 54979 / construction-multi-level pattern loop / fiber-sco solution Q nylon / protective treatment-ssp shaw soil protection, grade -A D.Move and relocate existing tables, copies, trash cans and other furniture that may be in way for carpet installation. E.Replace cove base on all walls where carpet is being replaced to match existing cove base on other walls F.There will be no area on site for storage of materials and tools. Contractor will remove from site all trash and all old carpet tiles that are being removed. G.Supply an additional 2,000 square feet of carpet for attic stock. 1.03WASTE MATERIAL AND DEBRIS The Contractor shall clean the work site after each work session to allow the office areas to remain operational. All waste material and debris from this project shall become the property of the Contractor and shall be removed from the site. Exterior of the site shall be kept free and clean of material and debris from this project at all times. All waste materials and debris generated by any work under this contract shall be handled, transported, stored, and disposed by the Contractor in accordance with all Federal, State and local laws. 1.04ENVIRONMENTAL PROTECTION Environmental protection for this project shall include the control of environmental pollution as pertains to air, water, land and noise in any manner which might have an adverse effect on human health and welfare by complying with all applicable Federal, State, and local laws. 1.05WORK HOUR SCHEDULE Normal working hours for the Contractor shall be on Saturdays & Sundays only from 7:00 am to 7:00 pm. Other working hours will need approval from the Contracting Officer’s Technical Representative (COTR). All work shall be coordinated with the COTR. 1.06GOVERNMENT OCCUPANCY The Government will occupy the existing building during the entire period of work. The Contractor will cooperate fully with the COTR during the project to minimize conflicts and to facilitate Government usage. 1.07SECURITY Contractor employees shall comply with all Security regulations imposed by the occupying Government agency. These regulations include, but are not necessarily limited to, the following: A.Contractors must wear an IRS issued ID badge to enter the building.Contractors must carry a picture ID when working. B.Contractors leaving the building must turn in the Security issued ID badge at that time. C.There is no parking set-aside for Contractor employees. There will be limited parking available in the open parking area to the East of the building. This area will be identified by the IRS COTR at the start of work. D.Possession and /or use of firearms, alcoholic beverages, or drugs on Government premise are prohibited. E.The Government reserves the right to close down the job site and order Contractor personnel off the premises in case of an emergency. F.Cameras are not allowed on site unless an appropriate camera pass has been issued by the Government. G.Vehicles, persons, and property entering Government property are subject to search. H.The Government reserves the right to remove from the site any employee of the Contractor or Subcontractor whom the Government deems incompetent, careless, insubordinate, or otherwise objectionable or whose continued employment on this contract is deemed by the Government to be contrary to the public interest. I.The loading dock is available on a first come and wait your turn basis for offloading equipment and materials. Vehicles may not be left unattended at the dock. 1.08 SAFETY A.All work performed under this project shall comply with all applicable Federal, State, and Local safety and health requirements. The Contractors shall assume full responsibility and liability for compliance with these requirements and shall hold the Government harmless for any action on his/her part or that his/her employees or subcontractors, which results in illness, injury or death. B.The contractor shall place safety cones around work site. C.The area outside of cones shall be kept clear of objects. D.Carpet removal and installation will take approximately 6-8 weeks to order carpet and want 20 days to finish work after carpet arrives. Project Manager: David Gunn Building Management Specialist -COTR Office 512-460-8671 Fax 512-460-8773 Cell 512-563-2760 1.09 SITE VISIT Vendors are encouraged to verify existing conditions before submitting a quotation. Site visit shall be scheduled by Contract Specialist, Jennifer Beecher (972-308-1956). A site visit is scheduled for Tuesday, January 12, 2010 at 10:00 am at 3651 S. Interregional Highway, Austin, TX 78741. The IRS point of contact at this location is David Gunn and his phone number is 512-460-8671. Please advise Jennifer Beecher (jennifer.j.beecher@irs.gov) of who will be attending the site visit for your company no later than 12:00 Noon (CST) on Monday, January 11, 2010. Please include each attendee’s name, title, and phone number. 1.10 MILESTONES •01/04/10 – Post Synopsis/Solicitation on FedBizOpps •01/12/10 – Site visit to be conducted at 10:00 am •01/14/10 – Questions due by 12:00 Noon •01/19/10 – Answers out to all vendors by 3:00 pm •01/22/10 – Proposals due from vendors by 2:00 pm •01/26/10 – Anticipated Award date •04/20/10 – Delivery/Installation Complete All communication (questions, answers, and quotes) will need to be made with Jennifer Beecher through email (jennifer.j.beecher@irs.gov) or fax (972-308-1928). All FAR Clauses and Provisions may be read electronically at http://acqnet.gov/far. The following clauses are applicable unless otherwise noted: •52.204-7: Central Contractor Registration •52.212-1: Instructions to Offerors – Commercial Items •52.212-2: Evaluation – Commercial Items •52.212-3: Offeror Representations and Certifications—Commercial •52.212-4: Contract Terms and Conditions—Commercial Items, Paragraph (a) insert, “The Government intends to award a Firm Fixed Price order. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate offers: technical, past performance, and price. Technically acceptable proposals must show the offeror can meet the technical requirements. For past performance evaluation, the offeror must provide at least three (3) references for contracts and/or purchase orders of similar services within the past three (3) years. Price will be evaluated based upon competition, current commercial market prices, and information supplied in the offer. Each reference must include customer’s name and address, contact person, project name, date of performance, telephone number, and contract value for each reference. •52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.219-8: Utilization of Small Business Concerns, 52.219-25: Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, 52.222-3: Convict Labor, 52.222-19: Child Labor—Cooperation with Authorities and Remedies, 52.222-21: Prohibition of Segregated Facilities, 52.222-26: Equal Opportunity, 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-37: Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3: Buy American Act—North American Free Trade Agreement-Israeli Trade Act, 52.225-13: Restriction on certain Foreign Purchases, and 52.232-33: Payment by Electronic Funds Transfer—Central Contractor Registration. •52.222-41: Service Contract Act of 1965, as amended Written quotes must contain the following: 1.Technical Proposal 2.Pricing to include unit price and total price 3.Past Performance Information 4.Completed and signed copy of the FAR 52.213-3: Representations and Certifications Telephone requests for copies of the FAR provisions and/or clauses will not be accepted. All offerors shall submit their written offers via email to: jennifer.j.beecher@irs.gov. Facsimile responses are also acceptable. Our facsimile number is: 972-308-1928. Please put all facsimile responses to: Attn: Jennifer Beecher. All written responses are due no later than 2:00 p.m. (CST), Friday, January 22, 2010. All offerors shall be registered in the Central Contractor Registration by January 20, 2010 to be eligible for award. Registration must be done online at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSMPBAPFMS/TIRMS-10-Q-00007/listing.html)
 
Place of Performance
Address: Internal Revenue Service, 3651 S. Interregional Highway, Austin, TX 78741, Austin, Texas, 78741, United States
Zip Code: 78741
 
Record
SN02034364-W 20100106/100104235504-5b8af3dde2e4e856119f813285648956 (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.