Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

Z -- Install New Mezzanine - Wage Determination

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
F1A3B40208A002-Noblitt
 
Archive Date
9/7/2010
 
Point of Contact
Aric Noblitt, Phone: 202-767-8030, Trunita Plummer, Phone: 202-404-8343
 
E-Mail Address
aric.noblitt@afncr.af.mil, trunita.plummer.ctr@afncr.af.mil
(aric.noblitt@afncr.af.mil, trunita.plummer.ctr@afncr.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
SCA Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are effective through Federal Acquisition Circular (FAC) 2005-38. The North American Industry Classification System code is 236220 at $33.5 million. This contract is a 100% set a side for HUBZONE. Work shall be in accordance with the following Performance Work Statement (PWS). Contractors shall bid each line item as an all inclusive price. LINE ITEM 0001:---. 1. SCOPE - The contractor shall provide all personnel, labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to furnish and install a mezzanine at Building 46, Bolling Air Force Base, Washington, DC. 1.1. DESCRIPTION OF SERVICES. The following work description shall serve as general information only and shall not limit the contractor's responsibility or obligations to conform to all local, state, and federal laws as well as manufacturer's recommendations. All quantities in this statement of work are approximate and should be verified by the contractor. 1.1.1. The contractor shall furnish and install new, single level steel mezzanine approximately 12' x 21', 11' high, bar grating for the deck with a stairway. Railings and toe guard shall be provided for the entire perimeter. 1.1.2. The contractor shall ensure that all necessary plumbing, piping, and sprinkler system connections are accomplished to meet industrial standards to above mentioned new equipment. 1.1.3. All areas disturbed and or damaged as a result of contractor actions will be repaired to its original condition by the contactor at no expense to the government. 1.1.6. Properly dispose of all construction debris generated from the services provided at a location outside of Bolling AFB. Disposal shall meet all federal, state, and local laws. 1.1.7.All work and material will be in accordance with Occupational Safety & Health Administration (OSHA) requirements/standards within all the latest additions. 1.1.8 All work shall meet industry standards and conform to Uniform Plumbing and Heating Codes, and all (ASHRA), Standards. 1.1.9 The work schedule shall be coordinated with Civil Engineer Squadron's Quality Assurance Personnel, prior to start of work. 1.1.10 Upon completion of work, the contractor shall perform an acceptance test with a government representative present to verify all associated equipment is operating and functioning properly. 1.2 CONTRACTOR REQUIREMENTS: The contractor shall provide supervision that is experienced and fully qualified. The supervisor shall maintain direct control and close surveillance of all contract personnel who are performing the installation of all equipment identified in this contract. Supporting documentation of each employee classification/certification used on this contract shall be made available upon request. 1.2.1 In response to the solicitation, the contractor shall provide with their proposal, past performance documentation relevant to this requirement. In addition, the contractor shall also provide a technical proposal with their cost proposal that identifies their proposed methodology for completing the work associated with this requirement. 1.3 PRE-INSTALLATION REQUIREMENTS: Before project start, the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the completion of these services. 1.4 SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 1.5 GOVERNMENT REMEDIES. The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 1.6 HOURS OF OPERATION. Normal duty hours are from 0700 to 1700 hours Monday through Friday. The contractor shall perform the services required under this contract during the following hours: 0700-1700 Monday through Friday. The contractor will be required to meet with the government within 48 hours after contract award to establish a work schedule. Work will be completed & inspected within 90 working days of the start date. 1.7 FEDERAL HOLIDAYS. The following is a list of Federal Holidays observed by this installation. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday, shall be performed the next business work day. New Years Day, Independence Day, Thanksgiving Day, Martin Luther King Jr. Birthday, Veterans Day, Christmas, President's Day, Labor Day, Inauguration Day, Memorial Day, and Columbus Day, 1.8 SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. 1.8.1 BASE ACCESS. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor shall submit a master personnel roster on company letterhead to the Contracting Officer. The master roster shall include all personnel working on the contract in alphabetical order to include, full name, date of birth, social security number, and driver's license number with its state of issue. Vehicle registration, proof of insurance and a valid driver's license must also be presented for all vehicles when entering the installation. 1.8.1.1 Lost vehicle and entry passes shall be reported immediately to the visitor control center and the Contracting Officer. 1.9 PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER IN ACCORDANCE WITH DoDI 3020.37. In the event the contractor is unable to perform their daily operations due to peacetime emergency and/or wartime contingency disturbances, etc., neither the government nor the contractor shall take action for non-compliance with the contract requirements. 1.10 COORDINATION. The point of contact for this project is the 11th Civil Engineer Squadron QAP, Carl Buono, (202) 767-1159). 1.11 QUALITY ASSURANCE. The government shall evaluate the contractor's performance under this contract using Periodic Surveillance method to ensure compliance of all specifications and objectives stated in the Statement of Work and Industry Standards. 1.12 WARRANTY. Warranties under this contract shall include standard warranties offered to the general public. The contractor shall be responsible for replacing any warranty items within an appropriate period of such warranty. 2. SERVICE DELIVERY SUMMARY: N/A 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Water, electrical power, existing facility lighting, and restroom facilities will be made available to the contractor by the government during the performance of their work. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITAITON. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTION AND ACCEPTANCE TERMS: FAR PROVISIONS INCORPORATED BY REFERENCE: 52.207-2 Notice of Streamlined Competition, 52.212-1 Instructions to Offerors-Commercial Items, Addendum; Contractor shall provide a breakdown of their labor and material with the submission of their proposal for this project. Contractor shall also provide past performance information that is relevant to this requirement. 52.212-2 Evaluation-Commercial Items, factors is: Technical, Price and Past Performance, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52-222-25 Affirmative Action Compliance, 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-6 Notice of Total Small Business Set Aside, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.223-11 Ozone Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 52.242-15 Stop-Work Order, 52.246-1 Contractor inspection Requirements, 52.246-20 Warranty of Services, 52.2247-34 FOB Destination, 52.253-l Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,252, 223-7001 Hazardous Warning Labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.246-7010 Levies on Contract Payments, 252.232-7000 Material Inspection and Receiving Report, 252-247-7006 Removal of Contractor's Employees, 252-247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-28 Post-Award Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-11 Ozone-Depleting Substances, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.252-6, 5352.201-9101 Ombudsman, 5352.242-9000 Contractor Access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. SOLICITATION RESPONSES must be received no later than 4:00 pm Eastern Standard Time 23 Aug 2010 at 11TH Contracting Squadron/LGCF, 20 MacDill Blvd, Suite 247, Bldg P20, Bolling AFB, DC 20032. Mail, fax (202) 767-7896, or e-mail response to aric.noblitt@afncr.af.mil. An official authorized to bind your company shall sign the offer. THERE'S A MANDATORY SITE VISIT ON 19 AUGUST 2010, BEGINNING PROMPTLY AT 1000. PLEASE CONTACT: A1C ARIC NOBLITT, VIA E-MAIL, TO SUBMIT YOUR LIST OF PEOPLE WHO'LL BE ATTENDING WITH FULL NAME, SOCIAL SECURITY NUMBER, BIRTH DAY AND COMPANY NAME, NOT LATER THAN NOON ON 18 AUGUST 2010. The prevailing wage determination is WD 05-2103 (Rev.-10) was first posted on www.wdol.gov on 06/22/2010. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. To be eligible for an award, all contractors must have a valid registration with in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Point of Contact: A1C Aric Noblitt, Contract Specialist, Ph 202-767-8030, FAX 202-767-7896; e-mail: aric.noblitt@afncr.af.mil. Trunita Plummer Contracting Officer, Ph 202-767-7877 FAX 202-767-7896, e-mail: trunita.plummer@afncr.af.mil. PLACE OF PERFORMANCE: Bolling AFB, Washington DC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/F1A3B40208A002-Noblitt/listing.html)
 
Place of Performance
Address: Building 46, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02240258-W 20100815/100813235757-0b3f357090a0de18404915bb31b908aa (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.