Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

Y -- Building #2-HVAC Deficiency # 39708

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Labor, Employment Training Administration, Adams and Associates, In., 10395 Double R Blvd, Reno, Nevada, 89521, United States
 
ZIP Code
89521
 
Solicitation Number
WS-100-20
 
Archive Date
9/17/2013
 
Point of Contact
Denora Brown, Phone: 4106969321, Dave Bonsal, Phone: 410-696-9331
 
E-Mail Address
Brown.Denora@jobcorps.org, Bonsal.Dave@jobcorps.org
(Brown.Denora@jobcorps.org, Bonsal.Dave@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
SCOPE OF WORK ID #: WS-100-20 Adams and Associates, Inc., contracting for the U.S. Department of Labor for the operation of the Woodstock Job Corps Center - a 398 student residential training facility located at 10900 Old Court Road, Woodstock, Maryland is currently soliciting written bids for below project. Bid ID #: WS-100-20 Project: Building #2-HVAC Deficiency # 39708 Location: 10900 Old Court Road, Woodstock, MD 21163 Bids Due: September 2, 2013 by COB 5pm Project Manager: David Bonsal, Facility Manager; bonsal.david@jobcorps.org Procurement Officer: Denora Brown, Brown.Denora@jobcorps.org Pre-Bid: August 23, 2013 @ 12noon (walk thru) Bid is required to be valid for 90 days. Please state this on all copies of bids submitted. Oral, telegraphic, telephonic, or faxed bids will not be accepted. Bids must be delivered to the attention of the Procurement Officer named above at Woodstock Job Corps Center; 10900 Old Court Road, Woodstock, MD 21163 on or before the bid due date. Minority business enterprises licensed in the State of Maryland are encouraged to respond to this solicitation notice. "THIS IS A SUBCONTRACTING OPPORTUNITY WITH ADAMS & ASSOCIATES, INC. C/O WOODSTOCK JOB CORPS CENTER" SCOPE OF WORK ID #: WS-100-20 Table of Contents Scope of Work I. Proposal Information II. Project Description III. Specific Requirements IV Construction Requirements V. Proposal Submittal Requirements VI. Warranty and Permits Attachments •I. Sample subcontract template & relevant terms / conditions / clauses •II. SF 1413 •III. Conditional waiver and release upon final payment •IV. W-9 Form •V. Vendor Questionnaire •VI. Davis Bacon Act Notice •a. Fact Sheet •b. Wage and hour form •c. Prevailing Wage information •VII. Conditional Waiver and Release upon final payment SCOPE OF WORK ID #: WS-100-20 I. Proposal Requirements Project: Building #2 - HVAC Deficiency # 39708 Owner: US Department of Labor (DOL) Employment and Training Administration Center Operator : Adams and Associates, Inc. Mailing address Woodstock Job Corps Center at 10900 Old Court Rd, Woodstock MD 21163 Proposal Due Date: September 2, 2013 by COB 5pm Evaluation Criteria: Evaluation Criteria Point Value PRICE: Responsible Contractor who can perform effective services at the lowest reasonable price 60 QUALITY : Demonstrated experience and knowledge capabilities; Technical Excellence; Management Capabilities; Personnel qualification; Quality of the Tender packages; Technical excellence including where necessary, technical drawings, blue prints, 20 PAST PERFORMANCE : Past services to center or list of references for verification purposes 10 SCHEDULE : Detailed explanation on how services will be carried out and the delivery timeframe. 10 TOTAL POINTS 100 SCOPE OF WORK ID #: WS-100-20 Payment: The Center will make payment within 30 days of completion and acceptance of the project by the Department of Labor A&E Project Manager. Site Visit Date: TBD Contractor shall visit the site and familiarize himself with the condition under which the work will be performed. No allowance will be made for any error on the contractors part for failure to take into account any conditions or circumstance existing at the site which might affect the contemplate work. The fact that a bid is submitted will be taken as evidence that the contractor has full knowledge of the extent and character of the contemplate work and any problem to be encountered in the performing same. Contractor must be present at the walk thru for bid to be accepted. II. Project Description: a). Provide a complete HVAC system including outdoor air requirements. III. Specific Requirements: a). The existing steam heating system on the first floor is in poor condition. IV. Construction Requirements a). Provide three 5 ton and one 2 ½ ton split system heat pumps. b). Provide smoke detectors in the supply ducts only the 5 ton units. c). Install the indoor units in the basement of Building #2. d). Provide fire dampers where ducts penetrate fire and smoke barriers. e). Obtain outside air by replacing one basement window with a ducted louver. f). Install outside units on pre-fabricated pads. g). Provide disconnects for each piece of equipment. h). Fuse in accordance with manufacturer's recommendations and NEC requirements. i). Total S. F. approx.. 6530 Center Regulations: Subcontractor and his employees shall abide by all of the Center's rules and regulations. There shall be no fraternization between subcontractor personnel and Job Corps Center SCOPE OF WORK ID #: WS-100-20 students or personnel. Fraternization with students is grounds for immediate dismissal. The subcontractor will be required to follow all Center safety and security requirements. The Center Director reserves the right to request the replacement or dismissal of any Subcontractor employee assigned to this Subcontract without cause. The Center also reserves the right to suspend and/or remove from Center any Subcontractor employee who willfully violates Center rules, regulations and/or standards. Management of Jobsite: The subcontractor shall maintain a clean and safe workplace that is secured at the end of each working day. The Subcontractor shall, at all times, keep the premises free from accumulation of waste, hazardous materials or rubbish caused by his operation. All Center facility interruptions shall have prior Center approval in order that alternate arrangements may be made for carrying out Center operations. The Subcontractor, in accomplishing the Scope of Work, shall use to the extent practicable, so long as they are deemed reasonable and desirable by the U.S. Department of Labor, construction codes, ordinances and regulations which are enforced by city, county, state or relevant federal agencies. Where such codes, ordinances and regulations are not in effect, it will be the responsibility of the Subcontractor to consult and use to the extent practicable, the national building code generally used in the area. OSHA regulations shall be complied with. The Subcontractor shall be responsible for identifying the location of existing utilities and avoiding damage to the same in the completion of this work, if applicable. The subcontractor shall clear all deliveries with the Center's security personnel. Wage Rates: The subcontractor shall conform to the attached Davis-Bacon prevailing wage rate decisions for the area. Subcontractor shall provide weekly timesheets during the course of the subcontract to the Center's Finance and Administration Director. Insurance: The subcontractor shall obtain and maintain insurance as follows: SCOPE OF WORK ID #: WS-100-20 Workman's Compensation/Employers Liability insurance, to meet state statutory requirements Comprehensive General Liability ($1,000,000 per occurrence) Comprehensive Automobile Liability ($1,000,000/combined single limit) Fire Legal Liability ($500,000 per occurrence) Automobile Insurance The subcontractor must cover any deductible costs. Upon subcontract award, the subcontractor must add Woodstock Job Corps Center as additional named insured to the policies and provide a Certificate of Insurance stating same to the Center's Purchasing Agent Schedule: The subcontractor shall submit a schedule for the work. The project shall be completed within 120 days of the award of the subcontract. Written authorization is required to extend the period of performance for completion of this project. Final Acceptance The subcontractor shall notify the Center's Facility Manager when the project is substantially complete, and shall request an inspection. The completion of this inspection shall determine the date for the commencement of the warranties, and the date for payment. Payment terms are Net 30 after Acceptance and receipt of a proper invoice. V. Proposal Form The subcontractor's proposal shall be typed and submitted on letterhead their own official Company letter head with an accurate mailing address and contact information including Point of Contact (POC) email address, FAX number, and phone number. The subcontractor shall submit the following information with the proposal: •a. A list of materials and material safety data sheets (MSDS) proposed for use, if applicable. •b. Lump sum cost (or if multiple buildings/projects are involved, delineate cost of each building/project) •c. References: Provide a list of at least three (3), but no more than five (5), recent SCOPE OF WORK ID #: WS-100-20 and relevant references of past and present contracts for Federal, State, and/or City agencies and commercial customers within the past three (3) years. "Relevant" is defined as like service as stated in this solicitation's SOW in terms of similar scope and complexity. References must include: Name of the Organization that will be providing the reference, Name of the Point of Contact (POC), POC Telephone Number, POC Email address, Contract Number, Period of Performance, and Scope of Work Ensure that contact information is accurate and up-to-date, as references will be checked. •d. Copies of Insurance Certificates •e. Proof of a current and valid subcontractor's license for the State of Maryland •f. Vendor Questionnaire Form (updated forms are required) •g. W-9 (updated forms are required) VI. Warranty and Permits All materials, services and labor shall be warranted safe and dispersed in such a manner as to ensure the safety of staff and students and meet all environmental Federal, State and local Rules and Regulations. The contractor shall, at his own expense, procure all permits, certificates and license required of him by law for the execution of his work. All question regarding the Invitation to Bid and/or scope of work must be submi tted in writing to: brown.denora@jobcorps.org. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/adams/WS-100-20/listing.html)
 
Place of Performance
Address: Woodstock Job Corps Center, 10900 Old Court Rd., Woodstock, Maryland, 21163, United States
Zip Code: 21163
 
Record
SN03150048-W 20130817/130815235313-17a113ffbc5a4590e5ee1a6bea572cff (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.