SOLICITATION NOTICE
F -- 108 REMOVAL OF MICE INFESTATION/REPLACE INSULATION & SHEET ROCK
- Notice Date
- 2/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- U.S.Department of the Interior, Bureau of Indian Affairs, Western Regional Office, P.O. Box 10, Phoenix, Arizona, 85001-0010
- ZIP Code
- 85001-0010
- Solicitation Number
- RMH00030009
- Archive Date
- 3/25/2003
- Point of Contact
- Doris Hyeoma, Contract Specialist, 602-379-4015, FAX 602-379-6763
- Description
- Removal of Mice Dropping and Replacement of Dry Wall. This is a combined synopsis/solicitation for commercial products/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation incorporates provisions and clauses in effect through FAR, Federal Acquisition Circular 97-27. The Bureau of Indian Affairs, San Carlos Agency, San Carlos, Arizona, requires the removal of mice droppings from Building 94, Timekeeper Office. Price range is less tan $25,000. Performance time is 30 calendar days. Tasks are as follows: (1) Install new sheetrock 5/8 fire rated; (2) Reinstall R11 insulation; (3) install new double insulated 3X4 window on south wall; (4) Remove/install new floor tile in the building; (5) Install new 6-inch rubber cove base; (6) Remove the remaining mice in the attic/walls; (7) Clean out the mice droppings in the attic/walls; (8) Install correct electrical metal conduit for each outlets, and install if there is no conduit for each outlet; (9) Patch/cover holes in and around the building where mice can penetrate through to the walls/attic; (10) Remove all damaged insulation/materials from the building through to the men's restroom ceiling (east walls); (11) Offeror will be responsible for cleaning, collecting and properly disposing of debris; (12) Offeror shall provide equipment, supplies, personnel, and materials to complete the project. Offeror shall adhere to all applicable codes to complete the project as follows: (A) National Electrical Code, Environmental Codes, Asbestos Testing, OSHA Regulations, and MSDS for chemicals; (B) All waste will be managed in strict compliance with all EPA and DOT regulations; (C) Only EPA permitted treatment, storage and disposal facilities will be utiliized for disposal; (D) All technicians and drivers will be required to have a current certification of 40 hours OSHA training in accordance with 29 CFR 1910.120; (E) All vehicles shall have proper permits for the transportation of non-hazardous and hazardous waste by State of Arizona and the Environmental Protection Agency; (F) (1) Offeror shall provide coverage for Compliance with applicable OSHA and EPA Regulations; (2) 2m HazMat Specific Pollution Liability Insurance; and (3) Arizona Contractor License Number; (G) Offeror will comply with the Contract Labor Standards; (H) Offeror will comply with the Walsh-Healy wage rates; and (I) certify that it is a manufacturer or regular dealer for the services and products provided; (J) Include warranty coverage consistent with customary commercial practices. The offeror will provide all labor, materials, equipment and transportation to properly segregate, package, profile, label, manifest and transport for disposal the wastes listed on the inventory. The offeror shall submit a report regarding the current installation and make any necessary recommendations prior to starting the project. This report will be used for current/future reference on work to be completed. The offeror shall provide a report at the completion of the project to include a summary of all field activities, insurance certification, technician/operator OSHA training certification, photographs, and all waste transportation and disposal documentation, including a certificate of disposal. The building is on government property; therefore, the government will not be held liable for any damages that occur. Preferable work schedule is from 8:00 am to 4:30 pm, 40 hours a week; if not, submit an alternative work schedule for approval. Notify San Carlos Agency if there will be interference or cut-off times for electrical system services within the building during the project. The location of the building is on San Carlos Avenue, onto Tonto Street, pass the airport, pass Building 91 (Hotshot), Building 92 (SWFF), and the third building is Building 92. Building 94 is BEHIND Building 92, on the San Carlos Apache Indian Reservation, San Carlos, Arizona. The Contracting Officer's Representative for the project will be Mr. Melvin E. Antonio, Facility Manager, San Carlos Agency. For site inspections contact person is MELVIN E. ANTONIO, 928-475-2309 (FAX 928-475-2783) for directions to the building. A site inspection is recommended. Bid Opening Date is 25 FEB 2003 at 2:00 pm, local time. Please include in your request, your name, company name, address, telephone/fax numbers and solicitation number to the address listed in this advertisement or to fax number 602-379-6763. NO TELEPHONE REQUESTS; WRITTEN OR FAXED REQUESTS ONLY!
- Place of Performance
- Address: Bureau of Indian Affairs, San Carlos Agency, P. O. Box 209, San Carlos, Arizona
- Zip Code: 85550
- Country: US
- Zip Code: 85550
- Record
- SN00254796-W 20030208/030206213635 (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 |