Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

Y -- Remediation and Renovation of Fitness Center Shower

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
 
ZIP Code
20537
 
Solicitation Number
Reference-Number-03-HP-0039
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Doreen Upshur, Contract Specialist, Phone 202-307-7806, Fax 202-307-7818,
 
E-Mail Address
dupshur@leo.gov
 
Description
This is a combined synopsis/solicitation for commercial items 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 and a written solicitation will not be issued. The solicitation number is 03-HP-0039. The solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation Circular 2001-14(b). The North American Industry Classification System (NAICS) is 238390 and the size standard is $12 million. This requirement is 100% small business set aside. The Drug Enforcement Administration intends to issue a purchase order under the test program described in FAR 13.5 for remediation and renovation of the Drug Enforcement Administration (DEA) fitness center shower facility in Arlington, Virginia. This is a design build project. It involves the demolition of water/mold damaged material and construction of new structures. The specification for the remediation and renovation are: Statement of Work (SOW). GENERAL: The contractor shall provide detailed design drawings for review by DEA. The contractor shall develop procedures for remediating contaminated areas. The contractor shall remove mold contaminated wallboard, shower stalls and metal stud walls. The contractor shall enclose demolition area in 6 mil plastic as indicated on drawings and maintain at negative pressure entire time work is being performed. The contractor shall after demolition wipe non-porous areas with EPA approved biocide. The water/mold damaged areas shall be removed by a contractor trained and experienced in performing microbial decontamination and remediation work. The contractor shall remove floor tile to locker room threshold. The contractor shall core drill new holes in second floor deck to accommodated drain openings for new shower stalls; disconnect existing drain piping reconnect to new showers; install new (Best Bath Systems) one-piece fiberglass shower stalls per manufacturer?s specifications. The contractor rebuild new walls paint to match existing; install new floor tile and glazed wall tile to match shower; install benches, shower rods, curtains etc as indicated for each stall; install new janitor?s sink in chase between shower rooms. All work shall be performed in accordance with local building codes and ordinances. The contractor is shall obtained all required building permits and approvals. DISPOSAL. The contractor shall dispose all material in accordance with industry practice. DELIVERABLES. Complete set of construction documents including design submissions, as build drawings, and vendor product information. All drawings shall be sealed by a registered architect or professional engineers. 50% submission ? Four (4) weeks after contract award; Semi-final Submission ? Eight (8) weeks after contract award; Final Submission ? 10 weeks after contract award. Written procedures for mold remediation ? Two (2) weeks after contract award. Training/qualifications/successful past performance of the mold remediation contractor ? Two (2) weeks after contract award. INSPECTION and ACCEPTANCE. The Contracting Officer?s Technical Representative (COTR) will review the general contractor submittals and engineering designs. The contractor shall submit 50%, pre-final and final design submissions. The COTR shall review/approve the mold remediation procedures as well as monitor contractor performance during remediation operations. WARRANTY. All work shall be warranted for one (1) year from the date of acceptance. All shower stalls and associated hardware shall be warranted by the manufacturer. The contractors shall perform services during the following working hours: 7:00 a.m. to 5:00 p.m. All activities beyond schedule work hours shall be coordinated with the COTR. The contractor and contractor employees shall be subject to the security requirements of DEA/Headquarters. DEA reserves the right to refuse and/or terminate the service and access of any contract employee whom is or may be judged a security risk. The contractor shall protect all Government, private property and equipment located outside and inside at DEA. All areas, where work is performed, shall be kept clear of debris and all areas shall be cleaned daily at the end of each day's work. Contractor's work area shall be subject to daily inspection by the COTR. Contractor's equipment and materials shall not be stored on the job site unless otherwise approved by the COTR. The work shall be performed at the following location: Drug Enforcement Administration, 600 Army Navy Drive, Arlington, VA 22202. The contractor shall visit the job site and verify the specifications and drawings. The specifications and drawings will be available on Friday, August 29, 2003, 9:00 a.m. ? 1:00 p.m. All prospective offerors shall inspect the site where the services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the price of contract performance to the extent that the information is reasonably obtainable. A site survey is scheduled 9:30 a.m., Friday, August 29, 2003. All prospective offerors shall report to the following location the date of the site visit: Drug Enforcement Administration, 700 Army Navy Drive, Training Room, Arlington, VA 22202. Please contact Ms. Doreen Upshur at (202) 307-7806 or Ms. Yokita Exum at (202) 307-7832 to register for the site visit on or before Monday, August 18, 2003. The U.S. Department of Labor (DOL), Davis-Bacon Wage Determination Number DC030003 is applicable for this requirement. The wage determination specifies the minimum hourly rate of wages that shall be paid to contractor employees. The rate has been determined by the Secretary of Labor in accordance with the provisions of the Davis-Bacon Act (40 U.S.C. 276a-276a-7). FAR clause 52-222.6 is applicable for this requirement. ?No laborer or mechanic employed directly upon the site of the work shall receive less than the prevailing wage rates as determined by the Secretary of Labor.? The Contractor shall posses all appropriate licenses for the type of work to be performed. All work shall be accomplished as per the recommendations of the manufacturer's standards and specifications. The following provisions are applicable for this requirement. The provisions at 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. For the purpose of 52.212-2, evaluation will be based in order of importance: Factor 1 -Technically acceptable, Factor 2 ?Past Performance: The offeror shall demonstrate his past performance experience.; Factor 3- Price. Offerors are required to provide a complete copy of the provision at 52.212-3, Deviation-Offeror Representations and Certifications-Commercial Items. The Government will assess the extent to which each offeror complied with the instructions in this synopsis/solicitation. The Government intends to make a single award to the responsive, responsible offeror who offer conforming to this synopsis/solicitation will be the best value to the Government. Parties responding to this solicitation may submit their proposal in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.), but must include the following information: Companies complete mailing address and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), delivery/availability of products, in accordance with the Governments stated requirement, the Companies Dun & Bradstreet number, and the Taxpayer Identification Number (TIN). All offers must be received no later than 3:00 p.m., (eastern time) on August 28, 2003 to Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, 2401 Jefferson-Davis Highway, Alexandria, VA 22301, Attn: Doreen Upshur, Contract Specialist. All communications concerning this solicitation must be in writing and received by 3:00 p.m. eastern time, not later than 15 calendar days after the published date of this solicitation. Voice number is 202-307-7806 (Collect calls will not be accepted). Fax number is 202-307-7818. See Note 1
 
Place of Performance
Address: Arlington, Virginia
Zip Code: 22202
 
Record
SN00394765-W 20030809/030807213337 (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.