Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2002 FBO #0091
SOLICITATION NOTICE

Z -- roof replacement

Notice Date
3/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401
 
ZIP Code
80401
 
Solicitation Number
RFQRMAST02-50
 
Response Due
4/2/2002
 
Archive Date
4/17/2002
 
Point of Contact
Robert Ribail, Contract Specialist, Phone 303-275-5223, Fax 303-275-5453, - Sharon Krenek, Procurement Technician, Phone 303-275-5260, Fax 303-275-5453,
 
E-Mail Address
rribail@fs.fed.us, smkrenek@fs.fed.us
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ RMAST-02-050 and this solicitation is issued as a Request for Quote. (RFQ). The North American Industrial Classification System is 233320 and the small business size standard is no more than 7 million dollars. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-04. USDA Forest Service intends to issue a contract (SF1449) for removal and disposal of existing metal roof on a gymnasium building and existing roof on an academic building at the Lyndon B. Johnson Job Corp. Disposal will be in accordance with all federal, state and local laws. Work will be accomplished in accordance with Scope of Work. Please provide a separate price for each building. Cost range of this project is between $100,000 and $250,000. The Davis Bacon Act applies to this procurement. Performance shall be FOB Destination LBJ Job Corps Center, 3170 Wayah Road, Franklin, NC 28734. The LBJ Job Corps Center is located approximately 9.5 miles north of the city of Franklin, North Carolina . For directions to center call ph. (828) 524-4446. Contractors wishing to view site may contact Mr. Lee Carson at ph. (828) 524-1401. Required performance is 120 days after receipt of notice to proceed. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this acquisition. Offerors must include a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS . The following clauses also apply to this solicitation: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. In addition, the following are applicable: FAR 203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, ALTERNATE I and FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER--DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER. The following construction clauses are also required: FAR 52.211-10 COMMENCEMENT, PROSECTION, AND COMPLETION OF WORK- 120 days after receipt of notice to proceed, FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS, FAR 52.219-23 NOTICE OF PRICE EVALUATION ADJUSTMENT FOR SMALL DISADVANTAGED BUSINESS CONCERNS, FAR 52.222-3 CONVICT LABOR, FAR 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - OVERTIME COMPENSATION, FAR 52.222-6 DAVIS BACON ACT, FAR 52.222-7 WITHOLDING OF FUNDS, FAR 52.222-8 PAYROLLS AND BASIC RECORDS, FAR 52.222-9 APPRENTICES AND TRAINEES RECORDS, FAR 52.222-10 COMPLIANCE WITH COPELAND ACT REQUIREMENTS, FAR 52.222-11 SUBCONTRACTS (LABOR STANDARDS), FAR 52.222-13 COMPLIANCE WITH DAVIS BACON AND RELATED ACT REGULATIONS, FAR 52.222-14 DISPUTES CONCERNING LABOR STANDARDS, FAR 52,228-1 BID GUARANTEE, FAR 52.228-13 ALTERNATE PAYMENT PROTECTION , FAR 52.228-14 IRREVOCABLE LETTER OF CREDIT and FAR 232-27 PROMPT PAYMENT FOR CONSTRUCTION. If any aforementioned clause has a companion provision, this provision will be filled out and submitted to the contracting officer prior to contract award. If your quote is over $100,000 , with your quote you must submit a 20% bid guarantee (Standard Form 24) and after contract award you must submit a 100% performance bond (Standard Form 25) and a 100% payment bond (Standard Form 25A). If your quote is under $100,000 then after contract award you must submit a 100% payment bond or an irrevocable letter of credit, but no bid guarantee . Contractor will obtain the kinds of insurance which are ordinary and customary in the area where performance will take place. Pre-construction conference will be held after contract award. The due date and time for receipt of quotes is 2:00 p.m. Mountain Standard Time on April 2, 2001. All quotes must reference the solicitation number and the due date for receipt of quotes. In addition to this, each quote must contain the name, address and telephone number of the offeror as well as any discount terms that are offered and the remit to address (if different from the mailing address). If offer is not submitted on Standard Form 1449, it must include a statement specifying the extent of agreement with all terms and conditions of this solicitation. Any quote that rejects the terms and conditions of this solicitation or do not include the certifications and representations contained in FAR 52.212-3 may be excluded from consideration. All quotes must hold their prices firm for 60 calendar days from the due date specified for receipt of quotes. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each quoter. Any quote or modifications to quotes received after the specified due date for receipt of quotes will not be considered. The Government will award a contract resulting from this solicitation to a responsible quoter whose quote conforms to the solicitation and is considered most advantageous to the Government. Discounts for early payment, if offered, will not be considered in the evaluation for award. Award will be made on the basis of low overall price. Quoters shall specify business size and classification as required in FAR 52.212-3. All clauses, provisions and forms (SF 1449) referenced in this announcement may be accessed at the following websites: http://www.gsa.gov/far/current and www.access.gpo.gov/davisbacon/. ***** SCOPE OF WORK Lyndon B. Johnson Civilian Conservation Center Roof Replacement of Gymnasium and Academic Education Buildings PART 1 - GENERAL 1.1 LOCATION This project is located at the Lyndon B. Johnson Civilian Conservation Center (CCC). The Center is on USDA Forest Service property in the Nantahala National Forest in Macon County, and is approximately 9.5 miles north of the City of Franklin, North Carolina. The Center is located at 3170 Wayah Road, North Carolina. Driving directions can be obtained by calling the Center at (828) 524-4446. 1.2 DESCRIPTION OF WORK A. The contractor shall furnish labor and materials to remove existing roofs and install new metal roofs for Gymnasium and Academic Education Buildings. Work includes installation of prefinished 24-gauge standing seam sheet metal roofing, prefinished flashings, and related work. 1. The Gymnasium Building is approximately 15,000 square feet. 2. The Academic Education Building is approximately 4,600 square feet. The Contractor shall be responsible for measuring all roof dimensions and determining the actual dimensions of the roof and accessories. B. The Contractor shall provide the following for both building: 1. Remove and dispose existing roofs. 2. Install new 24-gauge steel standing seam roofs, including gutters, downspouts, drip edgings, flashing for all roof penetrations, and all other associated materials as recommended by the roofing manufacturer. 1.3 SUBMITTALS A. Shop drawings and/or product data including installation instructions for all sheet metal roofing, flashings, finish system, anchoring clips, fasteners, closure strips, recommended sealants/placement and warranty details shall be submitted to the Contracting Officer for approval prior to fabrication. B. Submit manufacturer's standard color samples for selection of the roofing and flashing colors. C. Furnish to the Contracting Officer the manufacturer's standard twenty-year (minimum) guarantees against both defects in the material and the surface (finish) coating of the sheet metal roofing material. Include a 2-year workmanship warranty for each roof. PART 2 - PRODUCTS 2.1 MATERIALS A. The sheet metal roofing panel system shall consist of prefinished 24-gauge standing seam panels. PART 3 - EXECUTION 3.1 INSTALLATION A. Install flashings, anchors, accessories, sealants, fasteners and sheet metal roofing in strict compliance with the approved roofing system manufacturer's recommendations and installation instructions. GENERAL DECISION NC020040 03/01/02 NC40 General Decision Number NC020040 Superseded General Decision No. NC010040 State: North Carolina Construction Type: BUILDING County(ies): CHEROKEE GRAHAM MACON CLAY JACKSON SWAIN BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 03/01/2002 COUNTY(ies): CHEROKEE GRAHAM MACON CLAY JACKSON SWAIN SUNC1006A 02/01/1983 Rates Fringes A/C MECHANICS 6.00 BRICKLAYERS 10.45 CARPENTERS 7.13 CEMENT MASONS 5.46 ELECTRICIANS 7.05 IRONWORKERS 6.25 INSULATION MECHANIC 8.00 LABORERS 5.15 LATHERS 7.50 PAINTERS 5.68 PLUMBERS & PIPEFITTERS 6.30 POWER EQUIPMENT OPERATORS: Bulldozer 5.15 Crane 6.88 Grader 5.69 Luteman 5.15 Pan/Scraper 5.15 Paver, Distributor, Screed 5.15 Roller 5.15 Trenching Machine 7.00 ROOFERS 5.60 SHEET METAL WORKERS 6.52 SOFT FLOOR LAYERS 5.15 TILE SETTERS 8.00 TRUCK DRIVERS 5.15 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION
 
Place of Performance
Address: LBJ Job Corps Center, 3170 Wayah Road, Franklin, NC
Zip Code: 28734
Country: USA
 
Record
SN00034487-W 20020303/020301213054 (fbodaily.com)
 
Source
FedBizOpps.gov 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.