Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

C -- Remove Abandoned HVAC Vent Hoods Building 9 & 11 - SP470215R0013

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-15-R-0013
 
Archive Date
7/23/2015
 
Point of Contact
Ricardo Blanco Soto, Phone: 6146925296
 
E-Mail Address
ricardo.blancosoto@dla.mil
(ricardo.blancosoto@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation attached PR: 56389715 Description: Project CSC - 14702 "Remove Abandoned HVAC Vent Hoods, Building 9 & 11". Quantity: CLIN 0001 - Building 9 and CLIN 0002 - Building 11 Period of Performance: 35 days after the Notice of Award. Deliver to: Defense Logistics Agency, Installation Support, Building 308, Columbus Ohio 43218-5000 Type of Acquisition: Set-Aside 100% Small Business. Inspection and Acceptance at Destination. A Brief Description of the Requirement: This project consists of removing abandoned HVAC vent hoods from the roofs of buildings 9 & 11 and patching the remaining openings in the roofs. The Statement of Work (SOW) includes the associated project management, code and regulation compliance, and quality assurance requirements. B. Statement of Work: 1.1 GENERAL: This project consists of removing abandoned HVAC vent hoods from the roofs of buildings 9 & 11 and patching the remaining openings in the roofs. Scope: The Contractor shall furnish all labor, material, supplies, equipment, tools, delivery, disposal and supervision required in performing all operations in conjunction with this project complete, in strict accordance with these specifications and Contract Drawing No. 3-1606 subject to the terms and provisions of this contract. This section of the specifications is applicable to all other sections herein. 1.2 CONTRACT DRAWINGS: The contract drawings indicate the extent and general arrangement of the existing facilities, new work, materials and equipment installations. If any departures from the contract drawings, other than minor adjustments, are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Contracting Officer or their authorized representatives soon as practicable for approval. No such departures shall be made without the written approval of the Contracting Officer. 1.3 MATERIALS AND EQUIPMENT: Unless otherwise specified or indicated on the drawings, all materials used in this project shall be new and shall be in compliance with respective material specifications indicated. Materials shall be the standard products of a manufacturer regularly engaged in the manufacture of the product. Items of material/equipment shall essentially duplicate material/equipment that has been in satisfactory use at least two years prior to bid opening. 1.3.1 Materials and equipment shall be installed in accordance with the approved recommendations and instructions of the manufacturer for obtaining conformance with the contract documents. 1.3.2 Materials delivered to the site shall be inspected for damage, unloaded, and stored with a minimum of handling. Storage facilities shall be provided by the contractor at the job site for maintaining materials at temperatures and conditions recommended by the manufacturer. Storage accommodations shall afford easy access for inspection and identification of each shipment. 1.3.3 Warranty of Construction: In addition to the warranty clause as specified in FAR 52.246.21 and Alternate I (April 1984), the Contractor shall provide to the Government, upon the completion of the project, the standard warranty of the material/equipment offered by the manufacturer which extends beyond the one year warranty of construction. 1.4 VERIFICATION OF DIMENSIONS: In addition to the "Site Investigation and Conditions Affecting the Work" clause under FAR 52.236.3 (Apr 1984), the Contractor shall familiarize himself thoroughly with all details of the work and working conditions, verify all critical dimensions and other data in the field, and advise the Contracting Officer or their authorized representative of any discrepancy before performing any work. 1.5 CONTRACTOR QUALIFICATIONS: This project requires the use of specialized skills and equipment. Contractors submitting offers for this project shall have not less than a minimum of three (3) years of work experience in having satisfactorily performed work of the types required by this project. 1.5.1 All contractors shall submit the following with their bid: written qualifications, work experience, and references for projects satisfactorily completed within the last two years, demonstrating the contractor is qualified and experienced to perform the specified work. The written qualifications statement shall be certified and signed by the principle of the contracting firm. 1.5.2 Details of workmanship shall be in accordance with the highest standards and best practices of the respective trade as recognized by respective contractor's association. 1.5.3 Only qualified tradesmen or mechanics shall be assigned to do the work required by this contract. At no time shall the work be accomplished by apprentices or laborers without the supervision of a journeyman or higher level supervision. 1.6 COORDINATION AND COOPERATION: The Contractor involved in the performance of this project shall coordinate the work to eliminate delay and shall submit, in a format provided by the Contracting Officer, within five (5) days after date of Notice to Proceed, a schedule of operations to the Contracting Officer or their authorized representative, for approval. All work shall be performed in strict accordance with the schedule of work approved by the Contracting Officer, unless any delay is found excusable within the meaning of the default clause, referenced elsewhere herein. The Contractor's central point of contact on this project will be the Contracting Officer, who will be assisted by the government project engineer and the government construction inspector. The areas at which the work is to be performed may remain active and operational during the performance of this contract. It is imperative that all work performed under this contract be scheduled and phased to minimize disruption of utility systems, personnel, vehicular traffic and provide accessibility to the buildings at all times. 1.7 DAILY ACTIVITY REPORTS: Shall be submitted by the Contractor to the Contracting Officer, or Government Inspector each day activity or work occurs at the job site. The daily report shall include the date, contract number and title, report number, contractor's name, weather conditions, work location, description of activity or work performed, safety actions, work hours, personnel, equipment, subcontractors, deliveries, and other pertinent information. 1.8 INTERRUPTIONS OF UTILITIES: 1.8.1 No utility services shall be interrupted or blocked off without approval of the Contracting Officer or their authorized representative. 1.8.2 Scheduling for interruption, shutdown of services shall be submitted in writing to the Contracting Officer or their authorized representative not less than SEVEN (7) days prior to date of all proposed interruptions. The request shall give the following information: (1) Nature of utility or system (sewer, water, electrical, fire sprinkler system, etc.) (2) Size of line and location. (3) Buildings, Services, and Equipment Affected. (4) Hours and date, estimated length of time of interruption 1.9 RECORD DRAWINGS: The Contractor shall maintain record drawings on file at the project site. As part of the final inspection and acceptance, the Contractor shall furnish the Contracting Officer or their authorized representative three (3) complete sets of Record Drawings. Record Drawings shall be kept up to date during the process of work and shall be made available to the Contracting Officer, or their authorized representative, upon request. 1.10 PROTECTION FROM DAMAGE: In addition to FAR 52.236.9 "Protection of Existing Vegetation, Structures, Utilities, and Improvement" (Apr 84), the contractor shall take all the necessary precautions to protect Government equipment and property at the job site, and shall be responsible for any damage to the equipment and property that may occur as a result of his negligence in connection with the prosecution of the work performed. Damage to Government equipment or property shall be repaired by the Contractor at his expense. 1.11 DUST CONTROL: The amount of dust resulting from any work performed shall be controlled to prevent the spread of dust and to avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such as ice, flooding and pollution. 1.12 CLEAN-UP: The contractor shall comply with FAR 52.236-12, "Cleaning-Up" (Apr 84). In addition, upon completion of the work at the end of each work shift, the contractor shall leave the premises in a clean and neat condition satisfactory to the Contracting Officer. Drop cloths or other suitable methods shall be used as required to protect the equipment and the personnel. Contractor shall remove the rubbish and debris from Government property daily, unless otherwise directed. 1.12.1 Remove and transport all debris and rubbish from the project site in a manner that will prevent spillage from streets and adjacent areas. The contractor shall comply with all applicable Federal, State and Local hauling and disposal regulations. 1.13 FINAL INSPECTION AND ACCEPTANCE: Upon completion of the entire project a final inspection will be performed by the contractor, the Contracting Officer or their authorized representative and authorized representatives from the Facilities Engineering Division, DS-FCIE (Construction Administration Office, Operations & Maintenance Office and Engineering Office). The following provisions are applicable to this solicitation: Warranty of Construction (FAR 52.246-21). Preconstruction Conference (FAR 52.236-26). Contract Drawings, Maps, and Specifications (DFARS 252.236-7001). Site Visit (52.236-27). Liquidated Damages- Construction (52.211-12). Site Investigation and Conditions Affecting the Work (FAR 52.236-3). Cleaning-Up (FAR 52.236-12) Protection of Existing Vegetation, Structure, Utilities, and Improvement (FAR 52.236-9). Limitation of Government Liability (FAR 52.216-24). Contract Definitization (FAR 52.216-25). Additional Notes: 1. Based on research by the buyer this item is determined not to be a commercial item and will be solicited using Federal Acquisition Regulation Part 15 "Contracting by Negotiation" and Part 36 "Construction and Architec". 2. No options included. 3. Hard copies of this solicitation are not available. 4. Drawings will included as attachments into the solicitation. 5. All Lowest Price Technically Acceptable (LPTA) proposals will be evaluated for price and the acceptability of the non-cost factors. the four evaluation factors for determination of technical acceptability consist of: past performance, technical construction experience, technical qualifications of proposed staffing and price. 6. All offers shall be in the English language and in US dollars. 7. All interested suppliers may submit an offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-15-R-0013/listing.html)
 
Place of Performance
Address: Defense Logistics Agency, Installation Support, Building 9 and 11, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03756382-W 20150610/150608234602-74c9fc4eb5560ed753294eee4628293f (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.